Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2012 FBO #3758
MODIFICATION

59 -- Circuit Breaker Preventative Maintenance & Inspection, IR Survey, and Repairs - Amendment 1

Notice Date
3/7/2012
 
Notice Type
Modification/Amendment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation 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
HC1028-12-T-0070
 
Point of Contact
Steven P. Scharlow, Phone: 6182299543
 
E-Mail Address
steven.scharlow@disa.mil
(steven.scharlow@disa.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ - Special Instructions - Revised 7 Mar 12 The objective of this procurement is to obtain services and parts required to obtain preventative maintenance, IR Survey, and repair services for the DISA SMC Mechanicsburg circuit breakers, located at the Naval Support Activity Mechanicsburg, PA, 17055. *See attached SF1449 Solicitation HC1028-12-T-0070 document (contains the Performance Work Statement), Attachment 3 - Infrared (IR) Thermography Program, Sample Scenario for Repairs, RFQ - Special Instructions, and Site Visit Instructions for specific description and requirements for the work listed above. Vendors are also required to fill out and submit the attached Contact Information Sheet with quotes. Period of performance: The Period of Performance (POP) is Date of Award through 30 calendar days for Inspection, Testing, Preventative Maintenance, and Infa Red (IR) Survey & Reporting. POP for all required maintenance repairs (not covered under Preventative Maintenance) is Date of Award through 60 calendar days. This is a 100% Small Business Set-aside under NAICS Code is 238210. The agency intends to award a firm-fixed price order/contract using the Lowest Price Technically acceptable methodology. The offeror must be determined responsible according to the standards of FAR Part 9, Subpart 1. Pricing should be based on fully burdened rates to perform this work. CLIN 0003 - FFP (NTE) Circuit Breaker Repairs. As a result of the inspection and reporting required by CLINs 0001 and 0002, the Government will review/evaluate the proposed repair services, which are not covered by CLIN 0001 under preventative maintenance. The Government will then issue a request for quotation to the contractor for the required repair services. Once negotiations are complete, this CLIN will be funded to order those repair services on a firm fixed price. Offerors must submit their fully burdened hourly labor rates which will be applied to the repairs throughout the lifecycle of the contract. ***For evaluation purposes only, all offerors must submit a separate proposal for the attached scenario repairing two circuit breakers, using the FFP proposed labor rates.*** At the time of award the Government will input $20,440.00 as the Not To Exceed (NTE) amount for CLIN 0003 (Circuit Breaker Repairs). Note that actual obligated amount will depend on the cost of repairs (if needed). QUOTE for REPAIR SCENERIO: Please see attached Repair Scenario (for quoting purposes only) and provide a quote containing a technical solution, proposed pricing breakout (labor/equipment), and commercial price list for parts/equipment. This quote will represent what the contractor will be required to submit for repairs under CLIN 0003 (Circuit Breaker Repairs) and will only be used to determine the LPTA offeror. SUBMISSION INSTRUCTIONS The technical proposal and price proposal must be submitted as separate attachments in the e-mail transmission. As a minimum, you should include: 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 technical proposal should address information such as timelines, key equipment/supplies/services being supplied, past history in similar projects, and any additional pertinent information that demonstrates an understanding of the tasks at hand. 2) PRICE PROPOSAL Proposed pricing is for basic performance required under the Performance Work Statement (PWS). Price proposal should include a breakout for (a) labor and (b) materials for prime and subcontractors. a. Labor: Include labor categories, estimated labor hours, labor rates (fully burdened), and number of employees for each labor category. b. Materials: Include a breakout cost of equipment, material, and supplies. Request a commercial price list, if available. PRICE & TECHNICAL EVALUATION The LPTA price evaluation will be derived by adding proposed pricing for CLIN 0001, CLIN 0002, and quote for attached Repair Scenario (for evaluation purposes only). CLIN 0003 (Circuit Breaker Repairs) will be awarded with the Not To Exceed (NTE) amount of $20,440.00. The Quote must represent best value from selection of the technically acceptable quote in accordance with the stated requirements and delivery. All quotes received will be sent to the customer for technical evaluation to determine the lowest price technically acceptable quote. All electronic information submitted must be presented in software applications which are readable by DISA systems (generally, Microsoft Office such as Word, Excel, PDF, etc.). Request the cost proposal be submitted in Excel, while the technical proposal may be submitted in Word, Excel, PDF, etc. SITE VISIT will be held on Tues, 13 Mar 2012 at 1:00pm Eastern. Attendance at the Site Visit is highly encouraged and expected prior to submission of a proposal for this project. Please see attached "Solicitation Site Visit Instructions" document for instructions and ensure to sign-up for Site Visit no later than 3:00 pm, 9 March 2012 by sending a "VISIT AUTHORIZATION REQUEST (VAR) LETTER" to FAX number (717) 605-4015. VENDOR QUESTIONS: After the Site Visit, All vendor questions concerning this requirement must be submitted electronically no later than Thursday, 15 Mar 2012, at 5:00pm Eastern, via e-mail. Please address questions to steven.scharlow@disa.mil, guy.wells.ctr@csd.disa.mil, david.lemaster.ctr@csd.disa.mil and rachel.kern@csd.disa.mil. GOVERNMENT RESPONSE TO QUESTIONS: All vendor questions and answers will be provided to all interested parties. Responses to all questions posed will be posted on FedBizOpps no later than Monday, 19 Mar 2012, by 5:30pm Eastern. PROPOSAL DUE DATE: Proposals are due by 4:00 PM Eastern, Thursday 22 Mar 2012 via e-mail directly to Steven Scharlow at steven.scharlow@disa.mil. Please provide (1) a signed document (solicitation), (2) Price Proposal, (3) Technical Proposal, (4) Quote for Scenario, and (5) Vendor Contact Info Sheet back by 4:00 PM Eastern, Thursday 22Mar 2012. You need to fill in blocks 30 (a), (b), and (c) on page 1 of the Standard Form (SF) 1449 Solicitation document. Please return pages 1 through 5. On pages 3 and 4, fill in the CLIN 0001 and 0002 amounts. On page 5 for CLIN 0003 only fill in your fully burdened hourly labor rates. If your company is registered at the ORCA website (https://orca.bpn.gov/), you will not need to return and complete FAR Clause 52.212-3 Reps & Certs. Please either register with the ORCA website or complete clause 52.212-3 and return those pages of the solicitation document with quote. Please send all questions/quotes via e-mail directly to Steven Scharlow at steven.scharlow@disa.mil. Estimated Award date is 29 Mar 2012. Government reserves the right to award without discussions. *On Wednesday, 7 Mar 2012 the above due date instructions and attached RFQ - Special Instructions were updated to correct the date that proposal documents are due. They now state: "Please provide (1) a signed document (solicitation), (2) Price Proposal, (3) Technical Proposal, (4) Quote for Scenario, and (5) Vendor Contact Info Sheet back by 4:00 PM Eastern, Thursday 22 Mar 2012."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/HC1028-12-T-0070/listing.html)
 
Place of Performance
Address: DISA SMC Mechanicsburg, Naval Support Activity, Mechanicsburg, Pennsylvania, 17055, United States
Zip Code: 17055
 
Record
SN02691016-W 20120309/120307235325-0816265903901f85e7ea44e329dc60ac (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.