Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2012 FBO #3759
MODIFICATION

J -- Mine Emergency Operations Equipment Inspection and Maintenance - Amendment 1

Notice Date
3/8/2012
 
Notice Type
Modification/Amendment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Labor, Mine Safety and Health Administration, Acquisition Management Branch (WV), 1301 Airport Road, Beaver, West Virginia, 25813-9426
 
ZIP Code
25813-9426
 
Solicitation Number
465-12MR-1821
 
Archive Date
3/27/2012
 
Point of Contact
Mindy L. Smith, Phone: 3042563537
 
E-Mail Address
smith.mindy@dol.gov
(smith.mindy@dol.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
465-12MR-1821 Amendment outline This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. The solicitation number is 465-12MR-1821 and is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-55. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, with a small business size standard of annual receipts of $7,000,000.00 or less. This requirement is set aside for a small business and only qualified Offerors will be considered. Base Period (12 months) Line Item Description Quantity Unit 0001 Weekly MEO equipment inspections as outlined in 12 MO Statement of Work to be billed monthly. 0002 Monthly MEO equipment inspections as outlined in 12 MO Statement of Work. 0003 Quarterly MEO equipment inspections as outlined in 4 QT Statement of Work 0004 Semi-Annual MEO equipment inspections as outlined 2 ZC in Statement of Work 0005 Actual parts, supplies, and materials used, at actual 1 LO cost, NTE $1,000.00 annually. To be itemized on inspection reports. Option period 1, 12 months Line Item Description Quantity Unit 1001 Weekly MEO equipment inspections as outlined in 12 MO Statement of Work to be billed monthly. 1002 Monthly MEO equipment inspections as outlined in 12 MO Statement of Work. 1003 Quarterly MEO equipment inspections as outlined in 4 QT Statement of Work 1004 Semi-Annual MEO equipment inspections as outlined 2 ZC in Statement of Work 1005 Actual parts, supplies, and materials used, at actual 1 LO cost, NTE $1,000.00 annually. To be itemized on Inspection reports. Option period 2, 12 months Line Item Description Quantity Unit 2001 Weekly MEO equipment inspections as outlined in 12 MO Statement of Work to be billed monthly. 2002 Monthly MEO equipment inspections as outlined in 12 MO Statement of Work. 2003 Quarterly MEO equipment inspections as outlined in 4 QT Statement of Work 2004 Semi-Annual MEO equipment inspections as outlined 2 ZC in Statement of Work 2005 Actual parts, supplies, and materials used, at actual 1 LO cost, NTE $1,000.00 annually. To be itemized on Inspection reports. Option period 3, 12 months Line Item Description Quantity Unit 3001 Weekly MEO equipment inspections as outlined in 12 MO Statement of Work to be billed monthly. 3002 Monthly MEO equipment inspections as outlined in 12 MO Statement of Work. 3003 Quarterly MEO equipment inspections as outlined in 4 QT Statement of Work 3004 Semi-Annual MEO equipment inspections as outlined 2 ZC in Statement of Work 3005 Actual parts, supplies, and materials used, at actual 1 LO cost, NTE $1,000.00 annually. To be itemized on Inspection reports. All CLINS are to be priced in accordance with the attached Statement of Work. Mine Safety and Health Administration STATEMENT OF WORK PART 1 1.1 OBJECTIVES The Mine Safety and Health Administration, located at 1301 Airport Road, Beaver, WV, is seeking inspection and maintenance of mine rescue equipment in order to maintain the equipment in a ready state to be deployed to emergencies, rescues, and/or mine disasters. 1.2 SCOPE The Contractor shall provide routine inspections, repairs, and preventive maintenance on the equipment listed below: • Detroit Spectrum Generator (diesel, 30 KW), model 30DS60; • Onan Generator (gasoline), serial number 0372426115; • Magnum Water Pump (gasoline, 18 HP, 4"); • MSHA Mine Rescue Capsule; • Troy-Bilt Portable Generator (gasoline); • Dorsey 40 foot Office Trailer, L-8344 1.2.1 SPECIAL QUALIFICATIONS The contractor warrants that he will have obtained all licenses and permits required by law to engage in the activities that are required in connection with the statement of work. The contractor shall conform to all required safety regulations for the Academy, County, State, and the Federal Government. 1.3 PERIOD OF PERFORMANCE The period of performance shall be a Base Year with option years as follows: Base Year: 04/01/2012 - 03/31/2013 Option Year I: 04/01/2013 - 03/31/2014 Option Year II: 04/01/2014 - 03/31/2015 Option Year III: 04/01/2015 - 03/31/2016 1.4 POINTS OF CONTACT/COORDINATORS Acquisition Management Division U.S. Department of Labor Mine Safety & Health Administration 1301 Airport Road Beaver, West Virginia 25813 1.4.1 CONTRACTING OFFICER'S REPRESENTATIVE: The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting contract. 1.5 RECOGNIZED HOLIDAYS The Contractor is not required to perform services on the following holidays: New Year's Day Labor Day Martin Luther King Jr.'s Birthday Columbus Day President's Day Veteran's Day Memorial Day Thanksgiving Day Independence Day Christmas Day 1.6 HOURS OF OPERATION The Contractor is responsible for providing support between the hours of 08:00 a.m. and 4:00 p.m. Monday thru Friday, except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government-directed facility closings. The Contractor will in the performance of this requirement immediately notify the COR or the MSHA Point of Contact if the time and/or service obligations of this contract cannot be met due to inclement weather, civil disturbances, equipment failure, illness, etc. MSHA recognizes the obligation of the Contractor to provide for the safety and well being of personnel engaged in providing services under this contract. The Contractor shall notify the MSHA COR or other Point of Contact no later than 9:00 a.m. on the day the services were scheduled to be provided if any circumstances prevent timely performance. 1.7 PLACE OF PERFORMANCE: The work to be performed under this contract will be at 1301 Airport Road, Beaver, WV. 1.8 SECURITY REQUIREMENTS Contractor staffs are required to conform to MSHA's security and privacy requirements as described below: The contractor will be responsible for ensuring compliance by its employees with the security regulations of MSHA and other Government installations or Contractor facilities where work is performed under this Contract. This includes the safekeeping and display of a Government-provided ID badge for employees of the Contractor and any subcontractors while these employees are in federally owned or leased property. The Contractor will ensure the security of all MSHA property, building ID badges, key cards and standard keys issued to Contractor staff. For employees leaving the project permanently or for an extended period of time, the Contractor will return all badges, property, key cards, parking placards, and keys the same day the employees leave the project. Contractor employees shall present a professional appearance at all times and their conduct shall not reflect discredit upon the United States and or the Department of Labor. The Government may, at its sole discretion, direct the Contractor to remove any contractor employee from U.S. Department of Labor facilities for misconduct or security reasons. Removal does not relieve the Contractor of the responsibility to continue providing the services required under any Contract awarded. The Contracting Officer will provide the contractor with a written explanation to support any request to remove an employee. The contractor shall not employ any person who is an employee of the United States Government if that employment would appear to cause a conflict of interest. Per the PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL clause of the Federal Acquisition Regulation (FAR 52.204-9): The contractor shall comply with agency personal identify verification procedures identified in the contract that implement Homeland Security Presidential Directive -12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, and Federal Information Processing Standard Publication (FIPS PUB) number 201. The Contractor shall insert this clause in all subcontracts when the subcontractor is required to have physical access to a federally-controlled facility or access to a Federal information system. PART 2 DEFINITIONS & ACRONYMS CO - Contracting Officer COR - Contracting Officer's Representative: A representative from the requiring activity assigned by the Contracting Officer to perform surveillance and to act as liaison to the contractor Defective Service - A service output that does not meet the standard of performance associated with it in the Statement of Work. DOL - Department of Labor FAR - Federal Acquisition Regulation MEO-Mine Emergency Operations MO-Month MSHA - Mine Safety and Health Administration POP - Period of Performance QT-Quarter Quality Control - Those actions taken by a contractor to control the performance of services so that they meet the requirements of the SOW. Quality Assurance - Those actions taken by the government to assure services meet the requirements of the Statement of Work. SF - Standard Form SOW - Statement of Work ZC-Semi-annual PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES GOVERNMENT FURNISHED ITEMS AND SERVICE Knowledgeable MSHA personnel will be made available to direct the contractor to the equipment locations at the National Mine Health &Safety Academy. Inspection Guide and Trouble Report templates will be provided to the contractor in electronic format for completion and submission to MSHA. The Government will furnish the electricity for any power tools. PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES The Contractor will furnish all labor, materials, equipment, supervision, and planning to complete the job (coolant, motor oil, oil/fuel filters when needed, and all activity associated with the testing of the equipment) as listed in Part 5. Service Contract Act of 1965 (as amended) and Wage Rate Determination 2005-2573 (Rev 14 dated 06/13/2011) apply. PART 5 SPECIFIC TASKS The following is the set of tasks required under this Contract. All tools developed under this contract should be validated for accuracy. The method(s) used for this determination shall be specified in the contract proposal. Inspection, Reports, Repairs, and Routine Maintenance Services: Weekly inspection and maintenance of Detroit Spectrum Generator according to the following list: 1. AMMETER (CHECK CHARGING LIGHT/LIGHT OFF) 2. LIGHTS (VISUAL CHECK FOR OPERATION) 3. INSTRUMENTS (CHECK) 4. DAMAGES (INTERIOR/EXTERIOR) (TIGHTEN/REPLACE) 5. UNUSUAL EVENTS (NOISE/VIBRATIONS/ODORS/INSTRUMENT ERRORS/ETC.) 6. FUEL TANK - KEEP TANK 3/4 FULL (USE NO. 2 DIESEL ONLY) 7. RUN 5 MINUTES (NO LOAD) 8. RUN 15 MINUTES (WITH LOAD) 9. ENGINE OIL (VISUAL CHECK FLUID) 10. COOLANT (CHECK LEVEL/GAUGE UP TO OPERATING TEMP) 11. TIRES (VISUAL CHECK/DAMAGE/ABNORMAL WEAR/PRESSURE) 12. ENGINE (VISUAL CHECK/HOSES/BELTS/LEAKS/FLUIDS) 13. BATTERY (VISUAL CHECK/POSTS/FLUID LEVEL) Weekly inspection and maintenance of Onan Generator according to the following list: 1. AMMETER (CHECK CHARGING LIGHT/LIGHT OFF) 2. LIGHTS (VISUAL CHECK FOR OPERATION) 3. INSTRUMENTS (CHECK) 4. DAMAGES (INTERIOR/EXTERIOR) (TIGHTEN/REPLACE) 5. UNUSUAL EVENTS (NOISE/VIBRATIONS/ODORS/INSTRUMENT ERRORS/ETC.) 6. FUEL TANK - KEEP TANK 3/4 FULL (USE NO. 2 DIESEL ONLY) 7. RUN 5 MINUTES (NO LOAD) 8. RUN 15 MINUTES (WITH LOAD) 9. ENGINE OIL (VISUAL CHECK FLUID) 10. COOLANT (CHECK LEVEL/GAUGE UP TO OPERATING TEMP) 11. TIRES (VISUAL CHECK/DAMAGE/ABNORMAL WEAR/PRESSURE) 12. ENGINE (VISUAL CHECK/HOSES/BELTS/LEAKS/FLUIDS) 13. BATTERY (VISUAL CHECK/POSTS/FLUID LEVEL) Weekly inspection and maintenance of Magnum Water Pump according to the following list: 1. ENGINE OIL (FLUID LEVEL/VISUAL CHECK) 2. ENGINE (LEAKS/DAMAGE/VISUAL CHECK) 3. START ENGINE (NOTE: FILL VOLUTE WITH WATER) 4. FUEL TANK (KEEP TANK 3/4 FULL) 5. DAMAGES (LOOSE/MISSING PARTS) (TIGHTEN/REPLACE) Weekly inspection and maintenance of Gorman-Rupp Pump according to the following list: 1. ENGINE OIL (FLUID LEVEL/VISUAL CHECK) 2. ENGINE (LEAKS/DAMAGE/VISUAL CHECK) 3. START ENGINE (NOTE: FILL VOLUTE WITH WATER) 4. FUEL TANK (KEEP TANK 3/4 FULL) 5. DAMAGES (LOOSE/MISSING PARTS) (TIGHTEN/REPLACE) Weekly inspection and maintenance of MSHA Rescue Capsule according to the following list: 1. PHONE SYSTEM (OPERATIONAL CHECK) 2. TOOLS INVENTORY (VISUAL CHECK) Quarterly inspection and maintenance of MSHA Rescue Capsule according to the following list: 1. PHONE SYSTEM (OPERATIONAL CHECK) 2. TOOLS INVENTORY (VISUAL CHECK) 3. ASSEMBLE RESCUE CAPSULE (TO ENSURE PARTS ARE MAINTAINED OPERATIONAL) Semi-Annual inspection and maintenance of MSHA Rescue Capsule according to the following list: 1. PHONE SYSTEM (OPERATIONAL CHECK) 2. TOOLS INVENTORY (VISUAL CHECK) 3. ASSEMBLE RESCUE CAPSULE (TO ENSURE PARTS ARE MAINTAINED OPERATIONAL) 4. CAPSULE SLING (CERTIFY AS REQUIRED) Monthly inspection and maintenance of Troy-Bilt Portable Generator according to the following list: 1. DAMAGES (INTERIOR/EXTERIOR) (TIGHTEN/REPLACE) 2. UNUSUAL EVENTS (NOISE/VIBRATIONS/ODORS/INSTRUMENT ERRORS/ETC.) 3. FUEL TANK - KEEP TANK 3/4 FULL (GAS) 4. RUN 1 MINUTES (NO LOAD) 5. RUN 2 MINUTES (WITH LOAD) 6. ENGINE OIL (VISUAL CHECK FLUID) 7. TIRES (VISUAL CHECK/DAMAGE/ABNORMAL/PRESSURE) 8. ENGINE (VISUAL CHECK/HOSES/BELTS/LEAKS/FLUIDS) Weekly inspection and maintenance of Dorsey Office Trailer according to the following list: 1. LIGHTS/AC (SHORE POWER 220 AC) 2. DAMAGES (INTERIOR/EXTERIOR/MISSING PARTS) (TIGHTEN/REPLACE) 3. REFRIGERATOR/HEATER 4. PHONES/FAX Monthly inspection and maintenance of Dorsey Office Trailer according to the following list: 1. LIGHTS/AC (SHORE POWER 220 AC) 2. DAMAGES (INTERIOR/EXTERIOR/MISSING PARTS) (TIGHTEN/REPLACE) 3. REFRIGERATOR/HEATER 4. PHONES/FAX Repairs other than routine maintenance will not be included in this requirement and must be submitted through the procurement process as a separate requirement. Oil changes will be performed annually for all equipment. STOP WORK All work shall be performed in a safe and professional manner. If work is not performed safely and professionally, the COR shall have the authority to stop work immediately. This does not in any way affect the U.S. Government's right to terminate the contract for default or convenience in accordance with the applicable provisions of the contract. AUTHORITY Only the Contracting Officer has the authority to modify the contract, authorize changes in funding, or add additional funds for expenditure under a contract. Should the contractor question charges or instructions under this task order, the contractor will bring these issues to the contracting officer for resolution. All issues brought to the attention of the contracting officer must be presented in writing via a letter/memo or e-mail. REGULATIONS The contractor shall perform the services as set forth in the statement of work and in accordance with all applicable laws and regulations. The contractor warrants that he will have obtained all licenses and permits required by law to engage in the activities that are required in connection with the statement of work. Period of performance: Base Period: April 1, 2012 through March 31, 2013 Option Period I: April 1, 2013 through March 31, 2014 Option Period II: April 1, 2014 through March 31, 2015 Option Year III: April 1, 2015 through March 31, 2016 Place of performance: Mine Safety and Health Administration National Mine Health and Safety Academy 1301 Airport Road Beaver, WV 25813 The following provisions and clauses apply to this acquisition: FAR 52.204-6, Data Universal Numbering System (DUNS) Number, 52.204-7, Central Contractor Registration, 52.204-9, Personal Identity Verification of Contractor Personnel, 52.212-1, Instructions to Offerors-Commercial, 52.212-2, Evaluation-Commercial Items (See Addenda below), 52.212-3, Offeror Representations and Certifications-Commercial Items, 52.212-4, Contract Terms and Conditions-Commercial Items, 52.217-8, Option to Extend Services, 52.217-9, Option to Extend the Term of the Contract, 52.219-6 Notice of Total Small Business Set-Aside, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports for Veterans, 52.222-41, Service Contract Act of 1965, 52.222-48, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification, 52.225-13, Restrictions on Certain Foreign Purchases, 52.233-1, Disputes, Alternate I, 52.233-4, Applicable Law for Breach of Contract Claim, 52.237-2, Protection of Government Buildings, Equipment, and Vegetation, 52.237-3, Continuity of Services. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items also applies to this acquisition to include 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Addenda to 52.212-2, Evaluation-Commercial 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: i) Technical Capabilities a. Experience b. Understanding of the Requirement ii) Past Performance iii) Price Technical Capabilities and its sub factors, are significantly more important than past performance and price. However, as Offeror's ratings for the non-price factors approach equality, price becomes significantly more important in the award decision. (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. The Government will award a single Firm Fixed Price contract from this combined synopsis/solicitation. Offerors are cautioned that an award may not necessarily be made to the lowest price offered. The Government is more concerned with obtaining superior services than with making an award at the lowest overall price to the Government. However, the Government will not make an award at a significantly higher overall price to the Government to achieve slightly superior services. To receive consideration for award, a rating of no less than "Acceptable" must be achieved for Factor I, (Technical Capabilities). The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the Offeror's initial offer should contain the Offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. TECHNICAL CAPABILITIES- The proposal will be evaluated to determine whether the Offeror's methods and approach have adequately and completely considered, defined, and satisfied the requirements specified in the solicitation and whether the Offeror's methods and approach to meeting the solicitation requirements provide the Government with a high level of confidence of successful completion within the required schedule. No pricing information is to be provided in the Technical Proposal. The Government will evaluate the Offeror's understanding of the work to be performed in accordance with the SOW. The Offeror shall submit a proposal that demonstrates its understanding of the work described in Part 5 of the SOW. The government must receive enough information in a proposal to make a determination that the Offeror can complete the defined work or the proposal may be considered non-responsive. PAST PERFORMANCE - The Offeror shall complete Part I of the Past Performance Questionnaire and e-mail the questionnaire to Government and private sector technical representatives responsible for the past/current contract. The Points Of Contact (POC) shall be instructed to electronically complete Part II of the questionnaire and e-mail the entire questionnaire to Contract Specialist, Mindy Smith at smith.mindy@dol.gov no later than March 9, 2012 at 9:00 am, EST. Please note, that the Past Performance Questionnaire will not be a part of the resultant contract. PRICE- The Offeror shall provide a document outlining their pricing using the contract line items listed above. Pricing must be provided separately from your technical proposal. EVALUATION SUMMARY FACTOR I - TECHNICAL CAPABILITIES-The Offeror shall submit a proposal that acknowledges the tasks identified in the Statement of Work to allow the Government to make a sufficient determination that the Offeror is capable of performing the work. Sub factor a. EXPERIENCE-The Offeror shall provide a synopsis of their experience in performing the tasks listed in the Statement of Work. Sub factor b. UNDERSTANDING OF THE REQUIREMENT- The Government will evaluate the Offeror's understanding of the work to be performed in accordance with the SOW. The Offeror shall submit a proposal acknowledging that they are capable of completing the tasks identified in the Statement of Work, outlining their method and approach to completing the requirements. FACTOR II - Past Performance-The The Government will evaluate past performance of three (3) current or previous contracts for relevancy (within 3 years) with at least one (1) previous or current contract with relevancy within the past 12 months based on how well the contractor performed on projects of similar dollar value, scope, and complexity. Offerors are advised that the Government may use past performance information obtained from centralized past performance databases and sources other than those identified by the Offeror and the information obtained may be used for both the responsibility determination and the best value decision. The absence of past performance data will be rated neither favorably nor unfavorably. Contracts listed may include those entered into with Government agencies or private sectors. For contractors with no relevant corporate past performance, the Government may take into account information regarding the past performance of predecessor companies, key personnel with relevant past performance, or subcontractors that will perform key aspects of the requirement. The Government will evaluate the Past Performance Elements specified in the Past Performance Questionnaire. FACTOR III - PRICE The Government will evaluate offers for award purposes by adding the total of all CLIN prices, including all options to ensure that pricing is not unbalanced. Price will be evaluated for completeness and reasonableness using the techniques in FAR 15.404-1(b) (2). Price will become significantly more important as technical ratings approach equality. No adjectival ratings will be used to evaluate Price. Adjectival Ratings. Proposals will be adjectivally rated against each of the evaluation factors set forth in this plan and in the solicitation. Adjectival ratings for Factor I, Technical Capabilities and for Factor II-Past Performance follow. No adjectival ratings will be used to evaluate Factor III, Price. Adjectival Ratings. The following adjectival ratings will be used: Factor I- Technical Capabilities, will be rated using the following Adjectival Scale: Outstanding-A proposal that satisfies all of the Government's requirements with extensive detail to indicate feasibility of the approach and shows a thorough understanding of the problems and offers numerous significant strengths, which are not offset by weaknesses, with an overall low degree of risk in meeting the Government's requirements. Good-A proposal that satisfies all of the Government's requirements with adequate detail to indicate feasibility of the approach and shows an understanding of the problems and offers some significant strengths or numerous minor strengths, which are not offset by weaknesses, with an overall low to moderate degree of risk in meeting the Government's requirements. Acceptable-A proposal that satisfies all of the Government's requirements with minimal detail to indicate feasibility of the approach and shows a minimal understanding of the problems, with an overall moderate to high degree of risk in meeting the Government's requirements. Unacceptable-A proposal that contains a major error(s), omission(s) or deficiency(ies) that indicates a lack of understanding of the problems or an approach that cannot be expected to meet requirements or involves a very high risk; and none of these conditions can be corrected without a major rewrite or revision of the proposal. Factor II-Past Performance, will be rated using the following Adjectival Scale: Low Risk-Little doubt exists, based on the Offeror's performance record, that the Offeror can perform the proposed effort. Medium Risk-Some doubt exists, based on the Offeror's performance record, that the Offeror can perform the proposed effort. High Risk-Significant doubt exists, based on the Offeror's performance record, that the Offeror can perform the proposed effort. Unknown Risk-Little or no relevant performance record identifiable; equates to an unknown risk rating having no favorable or unfavorable evaluation significance. Non-Price Factors: The importance of the Non-Price Evaluation Factors is in the following descending order with the most important factor listed first: Factor I, Technical Capabilities and its sub factors are significantly more important than Factor II, Past Performance and Factor III, Price. However, as Offeror's ratings for the non-price factors approach equality, Factor III, Price becomes significantly more important in the award decision. Vendors who are exempt from the Service Contract Act must certify that the exemption applies using FAR 52.222-41, 52.222-48, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification. Quotes must be received by Mindy Smith, Contract Specialist, no later than 9:00 am (EST) on March 12, 2012. Quotes will be accepted by fax at (304) 256-3332 or e-mail at smith.mindy@dol.gov. Electronic quotes must be submitted in a format compatible with Microsoft Office 2003 or Adobe. Pricing must be sent as a separate file. All questions on this requirement must be submitted in writing by e-mail to the Contract Specialist by March 7, 2012 at 9:00 AM (EST). Phone calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/MSHA/BeacerWV/465-12MR-1821/listing.html)
 
Place of Performance
Address: 1301 Airport Road, Beaver, West Virginia, 25813, United States
Zip Code: 25813
 
Record
SN02692022-W 20120310/120308234948-c08fd58dcd0f2e6c0d8316be2dc49d73 (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.