Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
MODIFICATION

J -- Emergency Vehicle Equipment Purchase and Installation

Notice Date
8/29/2011
 
Notice Type
Modification/Amendment
 
NAICS
811118 — Other Automotive Mechanical and Electrical Repair and Maintenance
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS/Acquisition & Procurement Office - Kent St., 1777 Kent Street, Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
HQ0034-11-T-0064
 
Archive Date
9/22/2011
 
Point of Contact
Robin Castoldi,
 
E-Mail Address
robin.castoldi@whs.mil
(robin.castoldi@whs.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This solicitation has been amended as of August 29, 2011. The deadline for submission has been extended to September 7, 2011, 11:00AM EDT. All quotes must be received via email by the POC by this time in order to be considered for award. Additionally, please be aware that the Excel document titled "Bid Schedule" has three sheets and each sheet must be completed with the vendor's pricing. Incomplete quotes will not be accepted. The sheets are titled Radios, Emergency Equipment and Equipment List. Email the POC if there are any questions regarding this amendment. 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is HQ0034-11-T-0064; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. This acquisition is a 100% set-aside for small business concerns only; the North American Industry Classification System (NAICS) code is 811118. The business size standard is $7.0 million. The Federal Supply Class (FSC) is 2590. Washington Headquarters Services is seeking to establish a Blanket Purchase Agreement (BPA) for emergency vehicle equipment purchase and installation services to commission and decommission a fleet of approximately 75 law enforcement and emergency response vehicles each year for a performance period of 5-years. The specific items requested are contained in the attached Bid Schedule and Performance Work Statement. Please be aware a BPA is not a binding contract, but an agreement. As an agreement, prices must be set prior to any orders being placed against the BPA. Additionally, since it is an agreement and not a contract, either party may choose to terminate this agreement provided a 30-day notification is given. Attached to this request, please find (a) a Bid Schedule, (b) a Performance Work Statement, (c) BPA Terms & Conditions and (d) Past Performance Questionnaire. If you are interested in establishing a BPA, please complete the attached bid schedule in its totality. Incomplete submissions will not be considered. Also submit two (2) completed Past Performance Surveys. This office shall establish at least one BPA using the procedures in FAR Part 13.303-2, but could elect to establish more than one award if it is determined to be in the Government's best interest. The vendor(s) chosen for this agreement will be based on pricing and requirements found within the Performance Work Statement and Bid Schedule. Evaluation Factors and Methodology: The Government intends to make one award to the Lowest Priced / Technically Acceptable quote. The following factors will be used to evaluate quotes: (1) Past Performance (2) Technical Acceptability (3) Price All factors are of equal importance. Factor 1: Past Performance: (Submit two (2) Past Performance Questionnaires) a. The Government will evaluate the extent that the vendor satisfied the requirements of its customers in providing emergency vehicle equipment installation services as specified in the PWS. The purpose of the past performance evaluation is to allow the Government to assess the vendor's ability to perform the effort described in this RFQ based on the vendor's present and past performance. The assessment process will result in an overall risk rating of satisfactory or unsatisfactory. ****Any offeror who receives an "unsatisfactory" rating will be eliminated from the competition and no longer considered for award. b. In evaluating past performance, the Government will assess the quality of the vendor's past performance on relevant work. Relevant work means work that is similar in size, scope, complexity, and price to the solicited work performed, based on the following descending order of preference: (1) Projects performed by the prime offeror as the prime contractor (including projects performed as a joint venture as one entity, not by individual team members that comprise the joint venture) (2) Projects performed by the prime offeror as a subcontractor c. In addition to projects identified by the vendor in its quote and information provided in the Past Performance Questionnaires, the Government may consider and utilize past performance information obtained from the Past Performance Information Retrieval System (PPIRS) and other sources, including other Federal agencies, state and local agencies, private firms, individuals, and media. The Government will consider information gathered from PPIRS to be more important than other sources of past performance information. d. In the event a vendor does not have past performance information, or with respect to which information on past performance is not available, the Government will evaluate the vendor's past performance as neutral, having no positive or negative evaluative significance. However, while a neutral evaluation will not affect a vendor's rating it may affect their ranking, relative to the other vendors, depending upon the significance of the differences between them. e. The Government reserves the right to seek information on higher priced vendors if none of the lower price vendors receive a satisfactory past performance risk rating. Factor 2: Technical Acceptability: Vendors must have the capability of providing all of the services and equipment in the Bid Schedule in accordance with the attached Performance Work Statement. The equipment listed on the bid schedule is "Brand Name or Equal". To be considered for award, quotes for "equal" products, including "equal" products of the brand name manufacturer, must meet the salient physical, functional, and performance characteristics for the specified equipment in this solicitation; clearly identify the item by brand name, if any, and the make or model number and provide descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Government as defined in FAR 52.211-6. The Government is not responsible for locating or obtaining any information not identified in the quote. Refer to the applicable manufacturers' websites for the salient characteristics of each required item. The equipment item numbers are included in the attached Bid Schedule. The evaluation process will result in an overall rating of Technically Acceptable or Technically Unacceptable. ****Any offeror who receives a "technically unacceptable" rating will be eliminated from the competition and no longer considered for award. Factor 3: Price: The total price will be a determining factor after a satisfactory rating for Past Performance is assessed and Technical Acceptability is determined. The award will be issued using Simplified Acquisition Procedures in accordance with FAR Part 13. Vendors shall submit the attached Bid Schedule, complete with the quoted prices. Discounts are strongly encouraged and must be explicit. Vendors shall include warranty terms and delivery times with their quote. Quotes must be firm-fixed priced. Pricing for the initial year of this agreement shall not be revised unless authorized by a Contracting Officer. If your company is selected to establish an agreement with, additional information will be forwarded. This information will include how calls are placed, as well as a list of individuals who are authorized to place calls for this proposed agreement. The point of contact for this RFQ is Robin Castoldi, Contract Specialist, robin.castoldi@whs.mil. Any questions shall be submitted via email to Robin Castoldi and MUST BE RECEIVED NO LATER THAN August 23, 2011 11:00AM EDT. All quotes shall be submitted via email to Robin Castoldi and MUST BE RECEIVED NO LATER THAN September 7, 2011, 11:00AM EDT. Award shall be made in the aggregate, all or none. Vendors shall also provide the following information: Prompt Payment Terms DUNS Number Tax Identification Number Cage Code The following additional clauses shall apply to this acquisition: The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (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: (1): Lowest price technically acceptable. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.252-1 Solicitation Provisions Incorporated by Reference, with the following fill-in: http://farsite.hill.af.mil. FAR 52.252-5 Authorized Deviation in Provisions, with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. FAR 52.204-7 Central Contractor Registration. FAR 52.212-4 Contract Terms and Conditions - Commercial Items will be incorporated into any resultant contract by reference. FAR 52.219-6 Notice of Total Small Business Set Aside. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies. FAR 52.232-23 Assignment of Claims. FAR 52.232-33 Payment by EFT - CCR. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contracts. FAR 52.247-34 FOB Destination. FAR 52.253-1 Computer Generated Forms. DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 (Alt A) Required Central Contractor Registration Alternate A. DFARS 252.212-7001(Dev) Contract Terms and Conditions DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.232-7003 Electronic Submission of Payment Request; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. DFARS 252.247.7023 Transportation of Supplies by Sea (Alt III). FAR 52.222-50 Combating Trafficking in Persons. FAR 52.219-28 Post-Award Small Business Program Representation, with the following fill-in: NAICS Code 811118 assigned to contract number TBD. FAR 52.252-2 Clauses Incorporated by Reference, with the following fill-in: http://farsite.hill.af.mil. FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.209-6 Protecting the Government's Interest When Subcontracting. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/WHSAPO/HQ0034-11-T-0064/listing.html)
 
Record
SN02553563-W 20110831/110829235420-b6d6820cb8835e6ab817727b11fe1e28 (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.