Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2013 FBO #4101
SOLICITATION NOTICE

99 -- FLOOR MAT SERVICE - STATEMENT OF WORK

Notice Date
2/13/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812332 — Industrial Launderers
 
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
448-13MR-1148(A)
 
Archive Date
3/12/2013
 
Point of Contact
Jo D. Scott,
 
E-Mail Address
scott.jo@dol.gov
(scott.jo@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
WD-SCA PRICE TEMPLATES STATEMENT OF WORK 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 448-13MR-1148(A) and is issued as a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-64. The associated North American Industrial Classification System (NAICS) code for this requirement is 812332 Industrial Launderers. THIS REQUIREMENT IS UNRESTRICTED AND ANY INTERESTED VENDORS MAY PROVIDE A PROPOSAL. DESCRIPTION OF REQUIREMENT: The purpose of this requirement is to procure floor mat services on a weekly, bi-weekly and monthly basis for the MSHA Office located at 45 East 1375 South, Price, UT 84501 per the attached Statement of Work (SOW). The Government contemplates an award of a Firm Fixed Price Contract resulting from this solicitation. Price templates are attached for Base Period and two (2) Option Periods. Please note that columns labeled Quantity, Unit and Extended Price are password protected. Pricing must be entered using currency ($0.00) format. The following provisions and clauses apply to this procurement:  FAR Clause 52.204-6, Data Universal Numbering System (DUNS) Number (DEC 2012)  FAR Clause 52.204-8, Annual Representations and Certifications (DEC 2012)  FAR Clause 52.204-99 System for Award Management Registration (SAM) (AUG 2012) (Deviation)  FAR provision; 52.212-3, Offeror Representations and Certification-Commercial Items (DEC 2012)  FAR Clause 52-212-4, Contract Terms and Conditions- Commercial Items (FEB 2012)  FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2013) - in paragraph (c) the following clauses apply;  FAR Clause 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (AUG 2012) (Deviation) o 52.202-1 Definitions (JAN 2012) o 52.203-5 Covenant Against Contingent Fees (APR 1984) o 52.203-6 Restrictions on Subcontractor Sales to the Government (SEP 2006) o 52.203-7 Anti-Kickback Procedures (OCT 2010) o 52.211-5 Material Requirements (AUG 2000) o 52.216-24 Limitation of Government Liability (APR 1984) o 52.216-25 Contract Definitization (OCT 2010) o 52.222-50 Combating Trafficking in Persons (FEB 2009) o 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) o 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) o 52.225-18 Place of Manufacture (SEPT 2006) o 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran - Representation and Certification (DEC 2012) o 52.232-1 Payments (APR 1984) o 52.233-2 Service of Protest (SEPT 2006) o 52.233-3 Protest After Award (AUG 1996) o 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) o 52.243-1 Changes - Fixed Price (AUG 1987) o 52.244-6 Subcontracts for Commercial Items (DEC 2010)  Electronic Invoicing Procedures - An original invoice shall be prepared and submitted to the Department of Labor (DOL) by email to: DOL-MSHA@quickpay.dol.gov scott.jo@dol.gov 1). Electronic PDF/TIFF Invoice Submittal In an effort to support the eCommerce initiative and expedite vendor payment processing, the DOL requires invoices to be submitted electronically. The contractor shall: a. Address the invoice to the appropriate e-mail address specified above. b. Submit the invoice via attachment in PDF or TIFF format. c. Submit only one invoice per electronic submittal. d. Enter specific information in the subject line of the e-mail in the following format: <Contractor Name>, MSHA, <Contract Number, BPA Call or Order Number>, Invoice Number, <Invoice Amount> Example: ABC Co, MSHA, DOL00-00-X0000/X0000, Invoice Number AB-1298433, $15,000.00. e. Submit a copy of the email with the attached invoice to the contracting officer's representative (COR) at the COR email address specified in the contract. f. Wait for either a success or failure e-mail response, regarding the invoice e-mail, before sending in another e-mail with the same invoice attachment. The contractor MUST NOT: a. Submit an invoice that exceeds the size limit of 16 megabytes (approximately 400-500 pages). However, if the invoice exceeds this limit, a summary invoice attachment of less than 16 megabytes should be e-mailed to the payment e-mail address above; while the detailed invoice, including any supplemental information, shall be sent to the COR or other representative at the address (specified in paragraph 2 below). b. Submit an invoice that is heavy in shading or color. 1. An e-mailed PDF image cannot have any text that has a background with any color other than white. If the image has a shaded background, it will be converted to black, and the text will be illegible. 2. An emailed TIFF image must be black and white. c. Submit more than one attachment as subsequent attachments will not be recognized. d. Submit more than one invoice in a single attachment. General Information Payment due dates will be calculated only from the date that invoices are received in the electronic invoicing e-mail box and determined to be proper invoices. Inquiries regarding invoices should be e-mailed to MSHAInvoiceInquires@dol.gov. The relevant invoice must be attached to the inquiry e-mail and the subject line of the e-mail must state "INQUIRY," followed by the information described in paragraph 1).d. above. Example: INQUIRY: <Contractor Name>, MSHA, <Contract Number, BPA Call or Order Number>, Invoice Number, <Invoice Amount> Do NOT use the electronic invoicing e-mail address for inquiries about the invoice. 2). Paper Invoices submitted via fax or U.S. mail Paper invoices should only be faxed or mailed when electronic email cannot be accomplished due to size limitations described above. When invoices must be faxed due to e-mail size limitations, fax them to: [MSHA Finance at 303-231-5597 When paper invoices must be mailed due to e-mail size limitations, mail them to the following address: MSHA Finance PO Box 25367, DFC Denver, CO 80225-0367 Offerors shall include a completed copy of 52.212-3 Offeror Representations and Certifications - Commercial items (DEC 2012) with proposals if not currently registered in ORCA. All clauses shall be incorporated by reference in order. Additional contract terms and conditions applicable to this procurement are:  FAR clause 52.247-34 F.O.B. Destination (NOV 1991) It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/. 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) Price Technical Capabilities and its sub factors, are significantly more important than price. However, as Offeror's ratings for the non-price factors approach equality, price becomes significantly more important in the award decision. The Government contemplates an award of a Firm Fixed Price Contract resulting from this solicitation. The contract will be awarded to the lowest priced technically acceptable offeror. To receive consideration for award, a rating of no less than "Acceptable" must be achieved for Factor I, (Technical Capabilities). The Government reserves the right to award without discussions; therefore, it is critical that each proposal be fully responsive. However, the Contracting Officer also reserves the right to conduct discussions, if later determined to be necessary. TECHNICAL CAPABILITIES - The proposals 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 Capabilities. 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 to make a determination that the Offeror can complete the defined work or the proposal may be considered non-responsive. PRICE - The Offeror shall provide a document outlining their pricing using the attached Pricing Templates for the Base Period and two (2) Option Periods and must be provided separately from your technical capabilities. Please note that columns C, D and F are password protected. Cell E must be completed using currency format ($0.00) in order for the extended price column (F) to calculate the correct total. 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 SOW, outlining their method and approach to completing the requirements. FACTOR II - PRICE - The Government will evaluate offers for award purposes 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 the solicitation. Adjectival ratings for Factor I, Technical Capabilities follow. No Adjectival ratings will be used to evaluate Factor II - Price. Adjectival Ratings. The following adjectival ratings will be used: Factor I - Technical Capabilities - will be rated using the following Adjectival Scale: 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 major error(s), omission(s) or deficiency(ies) that indicate a lack of understanding of the SOW that may result in not being capable of meeting all the requirements or involves a very high risk; and none of these conditions can be corrected without a major rewrite or revision of the proposal. 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, Price. However, as Offeror's ratings for the non-price factors approach equality, Factor II, Price becomes significantly more important in the award decision. Proposals are due by Monday, February 25, 2013 at 9:00 a.m. EST. PHONE CALLS WILL NOT BE ACCEPTED. Submit proposals to the attention of Jo Scott via email to: scott.jo@dol.gov. Proposals must be submitted in PDF form or MS Word/Excel 2003 compatible files. The font size should be at least a 10 point. NOTE: No Vista or Zip files should be submitted. The Service Contract Act (SCA) Wage Determination No. 2005-2531, Revision #12, dated 6/13/2012 applies to this solicitation (attached). When proposal is provided, please carefully read FAR 52.222-53 Exemption from Application of the Service Contract Act to Contracts for Certain Services - Requirements and provide written confirmation with proposal if you meet all criteria. In order to be considered for award, pricing must be provided for base and all option periods. Offerors who fail to complete and submit the requirements above may be considered non-responsive.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/MSHA/BeacerWV/448-13MR-1148(A)/listing.html)
 
Place of Performance
Address: 1301 AIRPORT ROAD, BEAVER, West Virginia, 25813, United States
Zip Code: 25813
 
Record
SN02987679-W 20130215/130213235150-ca5f5055b745aa03bef3df20d3d9fd8d (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.