Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2012 FBO #3730
SOLICITATION NOTICE

41 -- HVAC Diffuser Replacement - Package #1

Notice Date
2/8/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
HC102812T0047
 
Archive Date
3/23/2012
 
Point of Contact
Melanie M. Rakers, Phone: 6182299242
 
E-Mail Address
melanie.rakers@disa.mil
(melanie.rakers@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
Vendor Contact Info Sheet Attachment A Solicitation - RFQ REQUEST FOR QUOTE SHEET The Government is seeking discounted pricing to obtain these nonpersonal services to provide HVAC Diffuser Replacement as identified in the attached Performance Work Statement (PWS). The Period of Performance (POP) for this effort shall be 90 calendar days from the date of award. Award will be made to the offeror who presents the Lowest Price Technically Acceptable (LPTA) to the Government in accordance with the criteria in the RFP. The proposal must comply in all material respects with the requirements of the law, regulation and conditions set forth in the solicitation. The proposal must meet all mandatory solicitation requirements. The offeror must be determined responsible according to the standards of FAR Part 9, Subpart 1. The agency intends to award a firm-fixed price order/contract using the Lowest Price Technically acceptable methodology. The Quotes must represent best value from selection of the technically acceptable quote in accordance with the stated requirements and delivery, with lowest evaluated price. Only the lowest price quote will be sent for technical acceptance, and if accepted, no further technical review will be required. If not accepted, the next lowest quote will be sent forward. The award will be a single award, with Firm Fixed Price (FFP) type CLINs, based on the technically acceptable offer. Pricing should be based on fully burdened labor rates to perform this work. The North American Industry Classification System (NAICS) code for this acquisition is 238220. For the purpose of this procurement the small business size standard is $14M. Vendor must be registered on the CCR website: https://www.bpn.gov/ccr/. SUBMISSION INSTRUCTIONS: As a minimum, you should include the following technical proposal and price proposal: 1) TECHNICAL PROPOSAL The technical proposal should include all information you want the Government to consider/evaluate regarding capability of your company to perform the required tasks. The proposal should address information such as personnel skills and experience, descriptions of the qualifications; level of knowledge; number of years of experience for the labor categories proposed for the potential candidates; proposed resumes management/technical approach to accomplishing these tasks; demonstrate understanding of the tasks at hand; past performance of the company for similar type work and complexity; and any additional pertinent information. Contractor shall be a licensed contractor. Contractor shall provide with their proposal, documentation of their experience, including references and examples of equivalent completed projects. When addressing past performance/experience in the proposal, the Government considers some experience/contracts more significant than others, e.g. due to their close similarity to the requirements and the more recent nature of the past performance. The technical proposal (including technical, management, relevant experience, past performance, and adherence to security requirements if applicable) shall be limited to no more than twenty (20) single-sided pages. 2) PRICE PROPOSAL Proposed pricing for basic performance required under the PWS. Price proposal should be submitted in Microsoft Excel and itemized by labor categories, estimated labor hours, labor rates (fully burdened), number of employees for each labor category, what percentage of discount has been given, breakout cost of equipment and supplies, and total proposed cost for the requirement. Additional services under this contract shall be negotiated by contract modification if and when those services are required. It is the Government's intent to request a proposal each time, with the pricing to be no higher than the awarded amounts for these hours/materials. This procurement will be conducted entirely electronically. All information submitted must be presented in software applications which are readable by Government systems (generally, Microsoft Office such as Word, Excel, etc.). All submissions must be made to this email address: Melanie.Rakers@disa.mil. The Government reserves the right to award without discussions. Therefore, the Offeror's initial proposal shall contain the Offeror's best terms based on past performance, technical/management approach, and cost. A Site Visit shall be held on Tuesday, February 14, 2012 at 9:00a.m. (Central Standard Time) For information on the Place of Performance and the location of the site visit please contact the following: Rachel Kern (717.267.9928 or Rachel.Kern@csd.disa.mil ). **All questions entertained at the Site Visit will be recorded and questions and answers will be provided to all interest bidders at a later date.** The Government will entertain questions on this procurement until 8 :00 am CST, Tuesday, February 21, 2012. No late questions will be accepted. No questions will be accepted via phone calls. Responses to all questions posed will be provided to all interested parties. Please send all questions via email to Melanie.Rakers@disa.mil. PROPOSAL DUE DATE: Proposals are due by 10:00 am CST Thursday, March 8, 2012. Please send all questions/quotes to Melanie Rakers at Melanie.Rakers@disa.mil. If you are not able to provide a proposal at this time, a NO BID RESPONSE is required. Thank you, in advance, for your participation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/HC102812T0047/listing.html)
 
Place of Performance
Address: 410 East Moore Dr., Maxwell AFB, Gunter Annex, Bldg. 857, Montgomery, Alabama, 36114, United States
Zip Code: 36114
 
Record
SN02670314-W 20120210/120208234810-55051eda51d02c76086f1725acad6289 (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.