Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2011 FBO #3427
SOLICITATION NOTICE

70 -- Mobile Radio Install for the Boise and Payette National Forests. - SF-1449 and SOW

Notice Date
4/11/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
Department of Agriculture, Forest Service, WO-AQM IT Support, Albuquerque Service Center, Pan American Bldg, Suite 200, 101 B Sun Ave NE, Albuquerque, New Mexico, 87109, United States
 
ZIP Code
87109
 
Solicitation Number
AG-7604-S-11-0050Sol
 
Point of Contact
James G. Bailey, Phone: 505-842-3382
 
E-Mail Address
jgbailey@fs.fed.us
(jgbailey@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
SF-1449 and Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is AG-7604-S-11-00050. The solicitation is a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50. This solicitation is a Small Business Set Aside. NAICS code: 517919; small business size standard $25 million. See attached schedule of equipment/supplies/services. The vendor must be capable of procuring and delivering the equipment listed within the contract within 60 days of contract award. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items, if used, and the specific evaluation criteria to be included in paragraph (a) of that provision is: Evaluation factors and significant subfactors as stated in the solicitation are as follows. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Award will be made on the basis of the lowest evaluated price of a proposal meeting or exceeding the acceptability standards for non-cost factors. The non-cost factors are: 1) Meets the technical requirements of the specifications indicated in the Statement of Work. 2) Past Performance. Award may be made without further negotiations. Proposals should be submitted initially on the most favorable terms, from a price and technical standpoint, which the offeror can submit to the Government. However, the Government may, after evaluation of proposals, conduct further oral or written discussions as appropriate, with all offerors whose proposals are within a competitive range. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors must include a completed copy of the provision at 52.212-3, QUOTES SHALL INCLUDE THE FOLLOWING: 1. Completed Standard Form 1449 General Instructions Any questions about the solicitation must be submitted electronically to jgbailey@fs.fed.us no later than 12:00 P.M. MT on 17 September 2010. Offers must be submitted electronically to jgbailey@fs.fed.us by the offer due date identified on the SF-1449. The offer must identify the contractor's point of contact(s) with email addresses, mailing address, and phone number. Vendors must identify DUNS number, Cage Code, and Tax ID number in the quote. Quotes submitted in response to this solicitation shall be furnished in the following format with the numbers of copies as specified below. Responses should be clear and succinct, and should be prepared on standard 8-1/2" x 11" paper and single-spaced. File formats should be compatible with Microsoft Office 2007 and Adobe Acrobat. The font size must be no smaller than 11 point font with margins no less than 0.5 inches. The quote must include a technical, past performance, and a business (pricing) portion. Each of the parts shall be separate and complete so that evaluation of one may be accomplished independently from evaluation of the other. The technical approach must not contain reference to price; however, resource information (such as data concerning labor hours and categories, materials, subcontracts, etc.) must be contained in the technical portion so that the contractor's understanding of the statement of work may be evaluated. The offeror shall assume the government has no prior knowledge of the offeror's capabilities or experience. The government will base its evaluation on information presented in the offer. Technical Portion 7 pages* Past Performance 3 pages** Price No limit *No more than 7 pages ** No More than 3 Pages Quote Contents Factor 1: Technical Portion/Past Performance Factor 1 - Technical Portion The offeror at a minimum must clearly demonstrate a clear understanding/comprehension and technical capability to perform the requirements of the statement of work Factor 2 - Past Performance The offeror shall provide past performance information for evaluation. The offeror must illustrate clearly how relevant present and past projects have been accomplished, including accolades and failures. To verify past performance, the offeror must provide points-of-contact, phone numbers, email addresses, project period of performance start and end dates, and a description of up to two projects are relevant and of similar magnitude that were completed or are in process during the three (3) years preceding the date of this request. Please reference timeliness (adherence to schedule), work quality, and types and scopes of services provided. Failure to fully comply with the preceding may result in the quote being dropped from further consideration. Factor 3 - Price Pricing will be based on a unit of 20 vehicles per year. Please note that this is solely an estimate.. 4. Completed pricing schedule (ATTACHED) Offeror Representations and Certifications-Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause that are applicable to the acquisition are: 52.203-6, 52.219-27, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.223-15, 52.225-5, 52.225-13, 52.232-33, 52.239-1, 52.223-15 The offers are due back 4/21/2011 by 12:00pm MT. Place offers are due: jgbailey@fs.fed.us If you have any questions please direct them to James Bailey @ 505-563-7052 for this solicitation
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/WOAQMITS/AG-7604-S-11-0050Sol/listing.html)
 
Record
SN02421526-W 20110413/110411234227-defa6d1933d1f39fd5196d57d0f77ff4 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.