Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2011 FBO #3361
SOLICITATION NOTICE

16 -- MC/HC-130 Combat Search and Rescue (CSAR) 8.33kHz UHF/VHF/SATCOM Radio Upgrade - Performance Work Statement

Notice Date
2/4/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Assisted Acquisition Services Division (4QFA), 401 West Peachtree ST NW, Ste 2700, Atlanta, Georgia, 30308, United States
 
ZIP Code
30308
 
Solicitation Number
4QBO57111404
 
Point of Contact
Deborah E. Joeckel, Phone: (205) 731-0135 x32, Albertine L. Honore, Phone: (228) 688-4640
 
E-Mail Address
deborah.joeckel@gsa.gov, albertine.honore@gsa.gov
(deborah.joeckel@gsa.gov, albertine.honore@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Plan Pricing Format Past Performance Questionaire QASP 254 Performance Work Statement This is a combined synopsis/solicitation for commercial items and services prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.102 (g), with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement along with Request For Proposal Number 4QBO57111404 constitutes the entire solicitation. Proposals are being requested and a written solicitation will not be issued. A Performance Work Statement describing the requirement is attached. This solicitation document incorporates all mandatory commercial item provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-49. This acquisition is a total small business set-aside. Responses are due on or before 4:00 Central, February 17, 2011. The North American Industry Classification System (NAICS) code is 336411 and the related small business size standard is 1500 employees or less. The GSA Federal Acquisitions Services, AASD, on behalf of Warner Robins Air Logistics Center, Warner Robins AFB, GA, requires MC/HC-130 Combat Search and Rescue (CSAR) 8.33kHz UHF/VHF/SATCOM Radio Upgrade, Multi-Function Color Displays (MFCDs), including all hardware, software, antennas, mounts, etc. with the salient characteristics/specifications (see Attachment One). In addition to the radios, hardware, software, antennas, mounts, etc, the Government requires the removal of current radio equipment, installation, testing, of new radio equipment, and development of technical data packages (including installation drawings) for the installation and integration of radios, control and displays as defined in the Performance Work Statement (see Attachment One). Place of Performance: The primary place of performance will at the Contractor's site/facility. GSA intends to award a hybrid Firm Fixed-Price contract with Time and Materials Contract Line Items (CLINs) for this requirement. The basic period of performance is 32 months, from date of award through September 30, 2013. There will be three options for additional quantities. The total period of performance is estimated at forty-two (42) months, September 29, 2014, assuming all options are exercised. The CLINs are: CLIN 0001AA(FFP)- Trial Install (3 each); CLIN 0001AB (FFP)- Kit Proof (3 each); CLIN 0001AC (FFP)- Production Kits (12 each); CLIN 001AD (FFP)- Data; CLIN 0001AE(T&M)-Travel; CLIN 0001AF(T&M)-Over & Above. OPTION #1:CLIN 0002AA (FFP)-Production Kits (4 each); CLIN 0002AB (FFP)-Data; CLIN 0002AC (T&M)-Travel; CLIN 0002AD (T&M)- Over & Above. OPTION #2: CLIN 0003AA (FFP)- Production Kits (3 each); CLIN 0003AB (FFP)-Data; CLIN 0003AC (T&M)- Travel; CLIN 0003AD (T&M)- Over & Above OPTION #3: CLIN 0004AA (FFP)- Production Kits (2 each); CLIN 0004AB (FFP)- Data; CLIN 0004AC (T&M)- Travel; CLIN 0004AD (T&M)- Over & Above. PROVISIONS/CLAUSES: The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-49 and are available at www.arnet.gov : FAR 52.212-2, Evaluation - Commercial Items (Jan 1999); FAR 52.212-4, Contract Terms and Conditions - Commercial Items (June 2010); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2011), and the following additional clauses are included: FAR 52.202-1, Definitions; FAR 52.203-5, Covenant Against Contingent Fees;. The following additional FAR clauses are included: FAR 52.217-7, Option for Increased Quantity-Separately Priced Line Item (Mar 1989); FAR 52.219-6, Notice of Total Small Business Set-Aside (June 2003), FAR 52.227-23, Rights To Proposal Data (Technical) (June 1987);FAR 52.232-1, Payments (Apr 1984); FAR 52.233-4, Applicable Law for Breach of Contract Claim; and FAR 52.251-1, Government Supply Sources (Apr 1984). DFARS PROVISIONS/CLAUSES: The incorporated provisions and clauses are available at http://farsite.hill.af.mil : DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2011) applies with the following clauses applicable for paragraph (b): 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009); 252.225-7001, Buy American Act and Balance of Payments Program (JAN 2009); DFARS 252.201-7000, Contracting Officer's Representative (Dec 1991); DFARS 252.204-7005, Oral Attestations of Security Responsibilities (Nov 2001); DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009); DFARS 252.217-7028, Over and Above Work (Dec 1991); DFARS 252.225-7043, Antiterrorism/Force Protection Policy for Defense Contractors Outside the United States (Mar 2009); DFARS 252.227-7016, Rights in Bid or Proposal Information (June 1995); DFARS 252.227-7019, Validation of Asserted Restrictions - Computer Software (June 1995); and DFARS 252.290-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country (Dec 2006). The response must include the prompt payment discount terms; the Dun & Bradstreet number (DUNS), the Taxpayer Identification Number (TIN) and the Offerors Business size. The Offeror must be registered in the Government's Contractor Registry System. If Offeror is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov INSTRUCTIONS/CONDITIONS AND NOTICES TO OFFERORS: COMMERCIAL ITEMS FAR 52.212-1 Instructions to Offerors-Commercial (June 2008). The Offeror must complete the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Jan 2011), have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201). Offerors shall thoroughly examine all RFP documents and instructions. Failure to do so will be at the Offeror's risk. The Government shall not pay any Offeror for any cost or expenses associated with the preparation of their proposal. Offerors submitting any proprietary or restricted information or data shall mark it as such. The Government assumes no liability for disclosure or use of unmarked information or data and may use or disclose the unmarked information or data for any purpose. Unless restricted, information and data submitted in response to this request may become subject to disclosure to the public pursuant to the provisions of the Freedom of Information Act (5 U.S.C. 551). Proposals shall set forth full, accurate, and complete information as required by this RFP package (including Attachments). The penalty for making false statements in proposals/quotes is prescribed in 18 U.S.C. 1001. The only method by which any term of this RFP may be modified is by a formal amendment to the RFP generated by the issuing office. No other communication made at any scheduled Pre-Proposal conference (if any) or subsequent communications (if any), whether oral or in writing will modify or supersede the terms of this RFP. The minimum offer acceptance period is 60 days after the required date for receipt of Proposals. The Government reserves the right to make a selection based upon initial proposals; therefore, Offerors should submit their best terms in their initial proposal. The Government also reserves the right to confer with Offeror(s) to clear up proposal details if necessary in the Government's discretion, and may also determine to make no award. SUBMIT QUOTES TO: All quotes must be submitted in GSA's electronic system, Information Technology Solutions Shop (ITSS). The website is as follows: http://it-solutions.gsa.gov. Failure to provide offers by the closing date and time or via ITSS will result in exclusion from consideration. PROPOSAL FORMAT: Quotes shall be submitted in an 8-1/2" X 11" format with 12 or 10 point font and should be organized to correspond with the evaluation factors listed herein. Offerors may include fold-out pages. The entire offering shall not exceed 30 single sided pages. A cover page, table of contents, and index, if included, do not count toward the page total. The page limit does not include the price quote or the Offeror's schedule price list. Teaming agreements will not count toward the page count limit. All quote information shall be provided in one of the following formats: Microsoft Word (.doc), Microsoft Excel (.xls), Microsoft Power Point (.ppt) or Adobe (.pdf) files. EVALUATION FACTORS FOR AWARD: FAR 52.212-2, Evaluation--Commercial Items (available at www.arnet.gov), is being used. The Government will be evaluated to determine which one represents the best value, price and other factors considered. Award will not necessarily be made to the lowest priced offeror, but rather the one that offers the overall best value to meet the Government's needs. Best value is defined as the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement, in accordance with FAR 2.101. However, the Government will not make an award at a significantly higher overall cost to the Government to achieve slightly superior project planning outreach, education/training or management features. In other words, price/cost is not expected to be the controlling factor in the selection of a Contractor for this RFP. However, the degree of importance of cost as a factor could become greater depending upon the equality of the quotes for other factors evaluated. Where competing offers are determined to be substantially equal after evaluation of all non-cost/price factors, the total cost and other cost factors could become the controlling factor. With respect to the non-price factors, Offerors are on notice that an Offeror is solely responsible for furnishing in its proposa adequate details to allow the Government to assess the offer on the factor; an Offeror's failure to submit adequate details may result in the Government assigning weakness or increased risk to successful performance associated with the Offeror's proposal. The following factors, in descending order of importance will be used to evaluate all offers. All evaluation factors, other than price, when combined, are significantly more important than price. A. Technical Capability and Approach. 1. Offerors shall submit documentation of their understanding requirement Offerors shall describe their approach/methodology in accomplishing each requirement under PWS 1.3., Requirements and Specifications.. 2. Offerors shall briefly describe their understanding and their technical capability (technical and engineering expertise with electrical and structural aircraft repair/modifications/upgrades, development of aircraft installation drawings and technical orders/manuals, facilities capable of sheltering at least one C-130 aircraft, and equipment required to perform major aircraft modifications) to modify aircraft with the requirements identified in the PWS. 3. Offerors shall submit a preliminary Integrated Master Schedule per PWS 4.12.1.1, Program Schedules and Milestones and additionally provide a preliminary approach to the provisioning requirements per PWS 4.9.5., Provisioning. 4. Offerors shall briefly describe their approach to performing the required Antenna Propagation Study, Acceptance Test Procedures, and supporting Flight Tests in accordance with PWS 4.6.9.3 and under PWS 4.11., Testing. 5. Offerors shall provide their approach in accomplishing the quality and configuration control process per PWS 4.4, System Quality and 4.9.7, Configuration Control, respectively. B. Past performance: Offerors must submit documentation of not more than three (3) past (completed within the past 36 months) or current contracts/task orders with comparable requirements to the solicited task. If the Offeror submits more than three (3) past performance questionnaires then the Government will only review and consider the first three listed in the quote. Past performance information must include a point of contact (name, company name, phone number, fax number and email address), contract/task number, contract type, contract size, dollar value, date of award, performance period, and a brief narrative describing the nature and complexity of the work. The Offeror shall also describe their work performed in the project and its relevance to the solicited task. If an Offeror has no relevant past performance for similar services, the Offeror must provide the point of contact information for current contracts that reflect the Offeror's normal business endeavors within the last three years. Past Performance will be evaluated as a measure of the Government's confidence in the Offeror's team's ability to successfully perform this project based on demonstrated relevant and recent performance. The Government may use data provided by the Offeror and data obtained from other sources that it considers current, accurate and relevant. In evaluating past performance and the risk to successful performance posed by the Offeror the Government will review "how well the Offeror has performed" on other relevant comparable projects. In addition, the Offeror shall furnish the attached Past Performance Questionnaire for completion to the points of contact for the above-referenced projects. Submission of the Past Performance Questionnaires shall be sent directly to Robert Revell at robert.revell@gsa.gov. Questionnaires are due no later than 3:00 pm, Eastern, February 17, 2011, and will only be accepted via email. The submission of the questionnaire must come directly to GSA from the point of contact for the referenced project. It is the sole and exclusive responsibility of the Offeror to ensure that at least three (3) past performance questionnaires are received timely by the Contracting Officer; questionnaires not submitted timely shall not be considered. Greater weight shall be given to information received from past performance questionnaires, than the written information furnished by the Offeror in their quote. C. Price/Cost: In determining the total price reasonableness and balance, the Government will consider the level of effort and the mix of labor proposed to perform the Task Order requirements. The Government will calculate a Total Evaluated Price (TEP) based on the following: For Firm Fixed Price (FFP) CLINs: Offerors will propose a Unit price for FFP CLINs. The Government will multiply the Quantity by the Unit price to calculate the amount. All FFP CLINs (Basic and Options) will be added together to come up with the TEP. Travel & Per Diem as well as Time & Material (T&M) Over & Above (O&A) will be part of the TEP calculation and the price analysis of the total proposed price. Evaluation of Options shall not obligate the Government to award Options. The Government reserves the right not to exercise any Options. Options: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate proposal for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). Questions relating to this RFP must be submitted via email to robert.revell@gsa.gov Proposals are due February 17, 2011 by 4:00 PM CST. All responsible sources may submit a response, which if timely received, shall be considered by the agency. Attachments. 1. Attachment 1 -- Performance Statement of Work 2. Attachment 2 - Price Worksheet 3. Past Performance Questionnaire
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/54daa1f48dab51274574a0fc2560e20d)
 
Record
SN02373091-W 20110206/110204233914-54daa1f48dab51274574a0fc2560e20d (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.