Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2011 FBO #3576
SOLICITATION NOTICE

42 -- This is a combined synopsis / solicitation for a contractor to perform inspections of Type III Wildland Fire apparatus, apparatus inspections and monitoring of manufacturing services for approximately six engines at the vendor's facility.

Notice Date
9/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
WASO - WCP - Denver Contracting & Procurement 7333 W. Jefferson Avenue Lakewood CO 80235
 
ZIP Code
80235
 
Solicitation Number
E11PS73290
 
Response Due
9/14/2011
 
Archive Date
9/6/2012
 
Point of Contact
Kary W. Goetz Contract Specialist 2083875295 kary_goetz@nps.gov;
 
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 the format in 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. This solicitation number is E11PS73290 and it is issued under FAR Part 13 as a request for proposal (RFP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. This is a small business set-aside. The NAICS code is 541611. The award will be a firm-fixed price indefinite delivery indefinite quantity (IDIQ) contract for a one year base period and four one year option periods. The contractor shall provide all the required services as stated in the included statement of work (SOW). Place of Performance Nesquehoning, Pennsylvania. SUBMIT YOUR OFFERORS VIA ELECTRONIC EMAIL TO: kary_goetz@nps.gov. Telephone No. 208/387-5295.NO LATER THAN 2:00 PM MOUNTAIN STANDARD TIME ON SEPTEMBER 14, 2011.QUESTIONS REGARDING THIS COMBINED SYNOPSIS / SOLICITATION NEED TO RECEIVED NO LATER THAN 2:00 PM MOUNTAIN STATNDARD TIME SEPTEMBER 12, 2011.The following provisions and clauses apply to this acquisition:FAR 52.212-01 Instructions to Offerors--Commercial; FAR 52.212-03 Offeror Representations and Certifications--Commercial Items; FAR 52.212-04 Contract Terms and Conditions--Commercial; FAR 52.212-05 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items; FAR 52.242-15 Stop-Work Order; 52.219-09 Small Business Subcontracting Plan; FAR 52.214-07 Late Submissions, Modifications, and Withdrawals of Bids; FAR 52.217-05 Evaluation of Options; DIAPR 2010 Contractor Performance Assessment Reporting System (July 2010).FAR 52.212-02 Evaluation - Commercial Items.Evaluation--Commercial Items(a) The Government will award a contract resulting from this request for proposal 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:(i) Technical Capability--Description of a realistic technical approach to the requirements in the SOW. The proposal must demonstrate a complete understanding of the requirement and clear awareness of the contract objectives. Proposal must demonstrate that the offeror is highly knowledgeable on the technical subject matter well enough to anticipate and avoid problems and to react appropriately when problems do arise.A detailed description of the management approach/processes that shall be utilized to ensure corporate visibility, emphasis, and involvement in the effective management of the work efforts(ii) Past Performance--Offeror must provide three (3) Past Performance on similar service to include project number, contact name and phone number.(iii) Price--Technical and past performance, when combined, is significantly more important 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.(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.(d) Offerors must submit Representations and Certifications. If Offerors have not done so already, they should register at the online Representations and Certifications Application (ORCA) website: https://orca.bpn.gov/.(e) OFFEROR MUST BE REGISTERED IN CENTRAL CONTRACTOR'S REGISTRY (CCR), www.ccr.gov. STATEMENT OF WORK Fire Apparatus Inspection Service 1.INTRODUCTION The National Park Service (NPS), Fire Management Program Office (FMPC), 3833 S. Development Ave. Boise, ID 83705, is looking to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract with the base year plus four option years. Purpose:Contractor shall write specifications for Type III Wildland Fire apparatus, apparatus inspections and monitoring of manufacturing services will be provided for a total of up to approximately six (6) engines at the manufacturer's facility. The Contractor shall provide the following inspection service to include delivering specification to National Park Service, three site visits, 1) pre-construction conference meeting expectations of vendor, contract and specification requirement administration, 2) fire apparatus construction inspection, 3) final inspection. 2.SCOPE The contractor will provide an inspection service and specification documents for Type III Wildland Engines. Pre-Construction Conference-Travel to the manufacturer's facility conduct meeting with vendor - The purpose of this meeting is to review contract requirements, specifications and construction requirements, warranty requirements expectation of quality of construction/craftsmanship and manufacturing. The results would be that the vendor would have all the details to begin construction of the apparatus. Provide meeting notes, construction details documentation and approved drawings to NPS. Mid Construction Inspection.Travel to the manufacturer's facility- Conduct inspection for the quality assurance progress inspection. This inspection will take place on all apparatus when cab, pump, including plumbing and body build-up of the apparatus under construction. The inspection will review craftsmanship and quality of vendors manufacturing. It will include contract, specifications and construction compliance review/audit.Provide a summary documentation of progress and compliance for each apparatus which includes photos of apparatus status to NPS. Pre Delivery/Final Inspection-Travel to the manufacturer's facility. It is to the manufacturers and NPS benefit to have all apparatus completed during the time of this inspection. This inspection will include a thorough contract review/audit. Provide a comprehensive inspection of apparatus, fit, finish of chassis, body, buildup, pump plumbing, electrical, lighting, manufacturing, components, testing of equipment, components working properly, and quality control that does not meet the NPS contract, specifications, construction and quality of craftsmanship criteria. A list of all discrepancies will be documented for each apparatus in writing and photos to NPS. As specified in the contract if items listed on the inspection list have not been repaired /replaced / resolved prior to delivery to the NPS the following will apply. It shall be NPS's perrogative to reject/not accept the apparatus at the time of delivery until all repairs and testing have been successfully completed to the satisfaction of the NPS.The inspections may take additional time due to issues with awarded vendor with deficiencies in production/quality control or material, inspections that are completed sooner than anticipated will be reflected and/or travel expenses in invoicing after each inspection.As per contract any re-inspection or additional inspections of apparatus not completed or that did not meet the final inspection approval / testing will be at the expense of the contractor in which the bid is awarded. The re- inspection trips shall be arranged and pre-paid for by the vendor. Final acceptance testing will be conducted by the various National Parks upon actual deliver to locations determined by National Park Service. Documentation will be provided to the Parks to verify acceptance procedures and process. Upon the acceptance warranty is started and payment could be invoiced. Pre-Construction travel include:Two days travel and three days on site, Airfare, Transportation, Parking, Meals and LodgingMid Construction travel Include:Two days travel and two days on.site, Airfare, Transportation, Parking, Meals and LodgingPre Delivery/Final Inspection travel includes:Two days travel and four days onsite, Airfare, Transportation,Parking, Meals and Lodging 3.DATA AND MATERIALS TO BE PROVIDED BY CONTRACTOR:a.Notes from all meetings in electronic format via Microsoft word, must be compatible with current national park service operating systems (Word 2010)b.Written recommendations for changes to vehicle specifications via electronic format.c.Written reports of findings during vehicle inspections 4.GENERAL: The contractor shall be responsible for securing lodging and meals in accordance with the federal travel regulations. (Ref: www.gsa.gov). Deviations from established GSA rates shall be brought to the attention of the COR. The contractor shall provide per-diem expenses with the fee proposal breakdown. The contractor shall provide documentation (i.e. store/provider receipts) of all expenses identified above that is incurred in the performance of the project. Documentation will be submitted to NPS with each billing cycle. 5.PRICE SCHEDULE CLIN# Description Quantity Unit Price Total Price0001 Inspection and Vehicle Specifications Services 200 Provide a Loaded Fixed Price Hourly Rate for Base Year and Each Option Year period.Travel will be determined upon each task order issued under the awarded IDIQ contract..Contract Minimum and Maximum Amounts: During the effective period of performance for this contract, including all options exercised by the Government, the Minimum quantity of services ordered by the government shall be no less than $100 and the Maximum quantity of services ordered by the Government shall not exceed $500,000. Type of Contract: Firm Fixed Price Proposal Evaluation: The government will evaluate each Offerors proposal using the following evaluation factors listed in descending order of importance: (A) Demonstrated Technical/Management Capability(B) Past Performance/Experience Information(C) PricingDemonstrated Technical/Management Capability is slightly more important than Past Performance/Experience Information. When combined Demonstrated Technical/Management Capability and Past Performance/Experience Information are more important than price. Numerical Ratings below are valid for (A) Demonstrated Technical/Management Capability and (B )Past Performance/Experience Information.Quantitative Qualitative Rating Definitions10 - Excellent - Very comprehensive, in depth, clear response. Proposal consistently meets this standard with no omissions. Consistently high quality performance can be expected.8 - Very Good - Extensive, detailed response to all requirements similar to outstanding in Quality, but with minor areas of unevenness or spottiness. High quality performance is likely bun not assured due to minor omissions or areas where less than excellent performance might beexpected.6 - Good - No deficiencies in the response. Better than acceptable performance can be expected but in some significant areas there is an unevenness or spottiness which might impact on performance.4 - Fair - The response generally meets minimum requirements but there is not expectation of better than acceptable performance; deficiencies are confined to areas with minor impact on performance and can be corrected during negotiation without major revision to the proposal.2 - Poor - The response fails to meet one of more minimum requirements; deficiencies exist in significant areas but can be corrected during negotiations without major revision to the proposal, or serious deficiencies exist in areas with minor impact.0 - Unsatisfactory - Serious deficiencies exist in significant areas; the proposal cannot be expected to meet the stated minimum requirements without major revisions. The proposal only indicates a willingness to perform in accordance with the performance work statement withoutspecifying how or demonstrating the capacity to do so. Only vague indications of the required capability are present. (C) Price--The Government will conduct its price analysis using one or more of the techniques specified in FAR 15.404-1(b).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/E11PS73290/listing.html)
 
Place of Performance
Address: Nesquehoning, Pennsylvania
Zip Code: 18240
 
Record
SN02565182-W 20110909/110907235259-f1e8198457ffa81aa3aa1839ee0589f4 (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.