Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2011 FBO #3497
SOLICITATION NOTICE

R -- R - Certified Plumber for NMNS

Notice Date
6/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA - Navajo Regional Office Division of Acquisition P. O. Box 1060301 W. Hill Rm 346 Gallup NM 87305
 
ZIP Code
87305
 
Solicitation Number
A11PS00571
 
Response Due
6/27/2011
 
Archive Date
6/19/2012
 
Point of Contact
Mary Jim Contract Specialist 5058638257 ;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation No. A11PS00571 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52. This acquisition is a total small business set-aside. NAICS Code: 238220 Size standards in millions of dollars: $14.0. DESCRIPTION: The contractor shall provide services consisting of furnishing all labor, materials, equipment, supervision, transportation and incidentals necessary to provide on-call plumbing services to the Northern New Mexico Southern Agency Schools. A Time and Materials firm-fixed contract with economic price adjustments for the plumbing services will be set up for the following locations Baca Community School; Bread Spring Community School; Chi Chil Tah Community School; Tohaali Community School; Wingate Elementary School and Wingate High School. Service requests will be on an on call basis. All interest offerors shall provide inclusive of all costs for the requirement; including but not limited to all applicable taxes. FAR 16.6 Time and Matieral:Direct materials: means those materials that enter directly into the end product, or that are used or consumed directly in the connection with the furnishing of the end product or services. Hourly Rate: means the rate(s) prescribed in the contract for payment for labor that meets the labor category qualifications of a labor category specified in the contract that are- (1) Performed by the contractor; (2) Performed by the subcontractor; or (3) Transferred between divisions, subsidairies, or affiliates of the contractor under a common control. STATEMENT OF WORK Location: The Contractor shall provide and furnish all equipment and materials supervision, labor and transportation, and other services to complete the plumbing projectsto be performed at these six Bureau of Indian Education Operated Schools for the New Mexico Navajo South Education Line Office: Baca/Dlo Azhi Community School; Bread Springs Day School; Chi Chil Tah/Jones Ranch COmmunity School; Tohaali Community School; Wingate Elementary School and Wingate High School, on an emergency and on-call basis. Background: Since the New Mexico South Education Line Office is independent and is no longer utilizing the New Mexico Navajo Central Facility Management Personnel for these assessments and inspection services, the schools are in need to contract for a plumber for major repairs or replacement. Scope: The Contractor shall provide all labor, materials, tools and supervision necessary to performance specified work for the safety and efficienfy of the overall plumbing systems to ensure accordance with the manufacturers's specifications and shall verify correct operation of the plumbing system per each site visit. The Contractor shall perform complete plumbing installations, modifications preventive maintenance, and repairs on new and existing utility, supply, and disposal systems such as sewage, water, oil, and plumbing distribution systems; water closets, tubs, fire sprinkler systems and shower. The Contractor shall set tubs, toilets, lavatories, sinks, etc., and cuts, threads and fits piping as needed, working with plans, blueprints and sketches. Locates and taps main lines, set up system routes, places and cuts route openings, places hangers for proper level and slope, determine and installs valves, traps and unions needed for proper operation of systems. Also installs equipment as described above by completing the routing and replacement of systems to the equipment. Performs testing to ensure proper operation. Maintain written operational reports as well as periodic inspection records. Contract will be available on an, "as need basis" for emergency calls and unscheduled maintenance. Contractor must be be certified and licensure. The Contractor will be required to check in at the main office at each school locations before he/she begins work. In the event of any emergency repair or replacement, the school location is to be notified before any work is commenced. Debris/disposal: Government facilities shall be maintained and kept clean by good housekeeping. All waste and debris generated during the activity shall be removed from the project site and disposed of at an epa approved landfill at contractors's expense. Warranty: Contractor shall provide a one-year warranty on all work performed under this contract. Period of performance: from issuance of Notice to Proceed to September 30, 2011. Price Schedule: Please Provide a Price Breakdown of total cost include hourly rate, per position; hourly rate per overtime; travel hours (per federal regulations); and Mileage (per federal regulation) for each location listed below: Each location will have a Journeymen level and a Labor/helper. 1. Baca / Dlo Azhi Community School, Prewitt, NM $_________________ (Regular: 8 hours per month per position and Overtime: 8 hours per month per position) Material cost (not to exceed $1,500.00) 2. Bread Springs Community School, 750 Bread Springs Highway, Bread Springs, NM $_________________ (Regular: 16 hours per month per position and Overtime: 8 hours per month per position) Material cost (not to exceed $1,500.00) 3. Chi Chil Tah / Jones Ranch Community School, 831 Cousins Road, Jones Ranch, NM $_________________ (Regular: 8 hours per month per position and Overtime: 8 hours per month per position) Material cost (not to exceed $1,500.00) 4. Tohaali Community School, Hwy 491, Newcomb, NM $_________________ (Regular: 8 hours per month per position and Overtime: 8 hours per month per position) Material cost (not to exceed $1,500.00) 5. Wingate Elementary School, 12 Paint Horse Trail, Fort Wingate, NM $_________________ (Regular: 16 hours per month per position and Overtime: 8 hours per month per position) Material cost (not to exceed $2,000.00) 6. 5. Wingate High chool, 400 Shush Drive, Fort Wingate, NM $_________________ (Regular: 16 hours per month per position and Overtime: 8 hours per month per position) Material cost (not to exceed $2,000.00)7. Applicable Taxes $_________________ Total $_________________ Travel cost incurred for transportation, lodging, meals, and incidental expenses (as defined in the regulation cited in FAR 31.205-46) shall be considered to be reasonable and allowable only to the extent that they do not exceed on a daily basis the maximum per diem rates in effect at the time of travel as set forth in the Federal Travel Regulation. FAR 52.212-02: Evaluation -Commerical Items:(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: In the order of importance are the listed evaluation factors: Factor I - Technical Capability Factor II - Management CapabilityFactor III - Past Performance In accordance with FAR 15.101-1, Best Value, Tradeoff Process. All non-price factors weight more than cost or price. (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. M.1 52.217-05, Evaluation of 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 offers for award purposes by adding the total price for all options to the total price for the basic requirement. M.2 Evaluation Factors for Award:Award will be made on the basis of the best value trade off evaluation meeting the technically acceptable standards of all the non-price factors. The evaluation factors other than cost or price when combined, are significantly more important than cost or price. The Government intends to select the Best Value offer on the basis of initial offers received, without discussions. Offerors may be given the opportunity to clarify certain aspects of quotes (e.g., the relevance of an offeror's information to resolve minor or clerical errors.) M.3 EvaluationThe Government will be utilizing a best value trade off proceedures as required under FAR 15.101-1. The Government will evaluate all offers to determine technical acceptability quote with the evaluated price. Each Non-Price Factor will be rated with adjectives (see M.5 for rating scale). M.4 Evaluation FactorsFactor I - Technical Capability Factor II - Management CapabilityFactor III - Past Performance Factor I - Technical Capability quote for Certified Plumber, in accordance with the Statement of Work. The Technical Capability shall be in as much detail as the offeror considers necessary to fully explain the quoted technical approach. The technical quote should reflect a clear understanding of the nature of the work to be performed. The quote shall assess the offeror's understanding of the Bureau of Indian Affair's goals for the project and an understanding of the Statement of Work (SOW). The quote should include, but not limited to the following: a) Knowledge and understanding of the requirements outlined in the SOW.b) Understanding of general and local condition which can affect the SOW. c) Logical sequence of steps and or specific techniques to accomplish all required work specified in the SOW.d) Capability to produce deliverables in response to the SOW. Factor II - Management Capabilities for Certified Plumber, in accordance with the Statement of Work. Each offeror shall submit a plan consisting of a narrative explanation of their quote on-site approach to project management and coordination; and cost control measures on change orders and how they are quoted and tracked. Each offeror will be required to provide the relevant experience and knowledge of key individual(s) of the project team who will be assigned directly to the project. This factor will assess the quoted key personnel qualifications. The assessment will consider whether the quote provides an adequate number of appropriately qualified personnel to meet the technical, management and support requirements of the SOW. The Offer should include, but not be limited to the following description: a) Describe the method and criteria you plan to use to select qualified subcontractors to ensure an appropriate level of experience and expertise for the project.b) Describe your project schedule and plan indicating where you will start the project and how you plan to proceed to completion of the work as identified in the statement of work. Your projected schedule of the project; shall include steps within each phase and their estimated duration time. Project Schedule should note critical path.c) Submit a resume along with a letter of commitment for all key personnel. Factor III - Past Performance for Certified Plumber, in accordance with the Statement of Work. Please provide a list of contracts to include the contract number, POP, point of contact information and the description of the requirement. "Successful past performance on similar projects, to include but not limited to timeliness of performance and customer satisfaction". Complete and submit Appendix II. APPENDIX II: Past Performance Questionnaire1. Contract number 2. Contractor's name and address 3. Type of contract 4. Complexity of work 5. Description and location of work (e.g., types of tasks, products, services) 6. Contract dollar value 7. Date of award 8. Contract completion date (including extensions) 9. Type and Extent of Subcontracting 10. If a problem surfaced what did the you do to fix it?11. A description of the types of personnel (skill and expertise) used and the overall quality of the contractor's team? 12. How did you perform considering technical performance or quality of the product or service; schedule; cost control (if applicable); business relations; and management? 13. Were there any particularly significant risks involved in performance services? 14. If you used subcontractors, What was the relationship between the prime and subcontractors? How well did the prime manage the subcontractors? Did the subcontractors perform the bulk of the effort or just add depth on particular technical areas? Why were the subcontractors chosen to work on specific technical areas, what were those areas and why were they accomplished by the subcontractors rather than the prime? 15. Have you performed other past efforts with the any other agency? 16. What are your company's strong points or what the reference liked best? Award will be made to the lowest priced offeror, who's quote conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. CONTRACT CLAUSES: The following FAR Clause including all addenda applies to this acquisition: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-4 - Contract Terms and Conditions-Commercial; 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.232-1, Payment; 52.232-18, Availability of Funds; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.232-36, Payment by Third Party (May 1999);52.216-31, Time and Material/Labor-Hour; 52.229-3 Federal, State, and Local Taxes (April 2003); 52.217-09,52.213-02, Invoices. The following Department of Interior provisions and clauses apply to this solicitation: DIAR 1452-204-70, Release of Claims - Department of the Interior; 1452.226-70, Indian Preference. Service Contract Act does apply. The Federal Acquisition Regulations clauses and provisions are available on the website at http://www.arnet.gov/far or may be requested from the Contracting Officer. Sign and date offers with a complete copy of FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items, are due at the Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition, Attention: Mary J. Jim, P. O. Box 1060, Gallup, New Mexico 87305 by close of business, 4:30 P.M., Local Time, June 27, 2011. Offers submitted by facsimile and email will be accepted, the fax number is (505) 863-8382. Any further questions regarding this announcement may be directed to Mary J. Jim, Contracting Officer, at (505) 863-8357, by fax at (505) 863-8382. All contractors submitting offers must be registered in the Central Contractor Registration (CCR) in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the CCR, go to: http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A11PS00571/listing.html)
 
Place of Performance
Address: Ft. Wingate High SchoolState Hwy 400
Zip Code: 87316
 
Record
SN02476848-W 20110622/110620234435-7e4e5e4ef9098da58b1240b139e140c6 (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.