Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2013 FBO #4247
MODIFICATION

Z -- Install Radon Mitigation Monitoring System - Amendment 1

Notice Date
7/9/2013
 
Notice Type
Modification/Amendment
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 18 CONS - Kadena, Unit 5199, Kadena AB, APO Japan, 96368-5199
 
ZIP Code
96368-5199
 
Solicitation Number
FA5270-13-R-0051
 
Archive Date
8/26/2013
 
Point of Contact
Kyla Nicole McKnight, Phone: 3156341851
 
E-Mail Address
kyla.mcknight@us.af.mil
(kyla.mcknight@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Submission of Experience FA5270-13-R-0051 Amendment 01 A. To assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein.Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Failure to meet a requirement may result in an offer being ineligible for award. The response shall consist of two (2) separately bound parts, Part I - Technical Requirements, and Part II - Pricing Submission. B. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists, no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists, offerors may be required to submit information to the extent necessary for the contracting officer to determine the reasonableness and affordability of the price. C. Specific Instructions: 1. PART I - TECHNICAL REQUIREMENTS - Submit original plus one (1) CD. a. Recent/Relevant Experience. Complete and submit attachment 1, Submission of Recent/Relevant Experience. Describe in detail at least one (1) but no more than three (3) recent/relevant projects that the offeror's proposed project team has completed within the past five (5) years (or that are nearing completion) that are similar or greater in type, scope, size and complexity to this acquisition. Provide sufficient factual information to demonstrate the capability of the project team proposed for this project to successfully complete the current acquisition. Specifically address the role, degree of involvement and responsibility, and range of duties performed by the proposed key personnel for this acquisition in the projects selected to demonstrate the proposed team's experience. Use no more than two (2) pages per project. b. Licenses. Submit a certificate for each of the following skill-licensed architects that you intend to work on this project. Each certificate shall indicate the qualifications specified below. (i) 1st or 2nd class architect, and (ii) 1st or 2nd class architect sekou kanri-gishi (iii) Certificate from National Radon Proficiency Program/National Environmental Health Association and the American Association of Radon Scientists and Technologists and 5 yrs experience (iv) Graduate Electrical Engineer with professional registration or 1st Class Setubi Sekkei Kenchikushi and 5 yrs experience 2. PART II - PRICING SUBMISSION - Submit original plus one (1) CD. a. Complete blocks 14, 15, 16, 19 (as appropriate), 20A, 20B, and 20C of this solicitation, Section A, Standard Form 1442. In doing so, the offeror accedes to the contract terms and conditions as written in this solicitation, Sections A through K. These sections constitute the model contract. b. Insert proposed Firm Fixed Price(s) on all individual items of the Pricing Schedule in Section B. Indirect costs such as overhead, profit, etc, must be included on the pricing schedule. c. Complete the necessary fill-ins and certifications in Sections I through K. Section K shall be returned in its entirety. For any other sections, the offeror shall only submit the pages, if any, that require a fill-in. Note: Check your pricing submission very carefully for mathematical and clerical errors prior to submission. D. Documents submitted in response to this solicitation must be fully responsive to and consistent with the following: 1. Requirements of the solicitation Contract Line Item Numbers (CLINs), specifications and drawings, and government standards and regulations pertaining to the specifications and drawings; 2. Evaluation Factors for Award in Section M of this solicitation; 3. Any limitation on the number of proposal pages as specified herein. Pages exceeding the page limitations set forth in this Section L will not be read or evaluated; and 4. The following format for proposal Part I and Part II: a. A page is defined as one face of an 8 ½" x 11" sheet of paper containing information. b. Typing shall not be less than 12 pitch.E. Proposal Submission: 1) Submit your proposal to arrive NOT LATER THAN 26 July 2013 3:00 P.M., LOCAL TIME. 2) All proposals delivered in response to this solicitation shall reflect the following information on the address label: a. Solicitation Number FA5270-13-R-0051 b. The legend, "To be delivered unopened to the Contracting Officer", and c. The volume and copy numbers contained in each box/envelope. 3) Submit your proposal to the following address: TSgt Kyla McKnight 18 Contracting Squadron / LGCC Unit 5199, Bldg 95 APO, AP 96368 (Okinawa, Japan) (End of Provision) CONST-L-7302 CERTIFICATION FOR CONSTRUCTION PROJECT ENGINEERS a. The offerors will submit as a part of the proposal, a copy of the Japanese Certification Skill License of the proposed construction project engineer for this contract (as specified in Statement of Work). If the license is not a part of the original submission and the offeror refuses to submit same after request, the proposal may be rejected. b. When the contracting officer requires certification for construction project engineers, the offeror must submit a certificate of the skill license prior to execution of any contract to be awarded as a result of this solicitation. (End of provision) CONST-L-7303 MAGNITUDE OF CONSTRUCTION PROJECTS The magnitude of the estimate for this project is less than $25,000.00 CONST-L-7304 CONTRACTOR PERFORMANCE IN JAPAN This project will be performed in its entirety in the country of Japan. The successful offeror must be licensed and registered to perform work in the country of Japan. (End of provision) GEN - L - 0001 Additional Information Concerning the Acquisition or Inquiry of Duns Numbers in Japan Contractors need to be aware that the Japanese Dun and Bradstreet will assess a fee for Duns Number inquiry or obtaining a new assignment affective 1 April 03. For more information see the following Web site: http://www.dnb.co.jp or send an e-mail to: jp-gunsrequest@dnb.com Section M - Evaluation Factors for Award CLAUSES INCORPORATED BY FULL TEXT 52.225-17 EVALUATION OF FOREIGN CURRENCY OFFERS (FEB 2000) If the Government receives offers in more than one currency, the Government will evaluate offers by converting the foreign currency to United States currency using a conversion rate of $1.00 = JPY 82.4035. CONST-M-7400 BASIS FOR CONTRACT AWARD (JUN 2006): This is a lowest price technically acceptable award. All technically acceptable proposals shall be treated equally except for their prices. Failure to meet a requirement may result in a proposal being determined technically unacceptable. A proposal must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows: A. Technical Acceptability - Initially, the Government technical evaluation team shall evaluate the offeror's Technical Requirements on a pass/fail basis, assigning ratings of Acceptable or Unacceptable. The proposals shall be evaluated against the following subfactors: 1. Recent/Relevant Experience. The government will evaluate the extent to which an offeror's specific experience is directly related to the work required by the solicitation. Moreover, consideration will be given to whether the experience is considered recent (either on-going or completed within the last five years) and relevant (e.g., whether it is considered similar in type, size, scope, and complexity). The Government will evaluate the offerors based on information contained in attachment 1, Submission of Recent/Relevant Experience. 2. Licenses. Offeror's submission of certificates of skill licenses for (a) 1st or 2nd class architect and (b) 1st or 2nd class architect sekou kanri-gishi. Note to Offerors: A technical proposal rated Unacceptable will not be considered for award. There will be no point scores assigned, only Acceptable or Unacceptable. In addition, the Government shall use the following technical acceptable/unacceptable ratings definitions when assigning technical ratings of Acceptable or Unacceptable (DoD Source Selection Procedures, Table A-1). Table 1, Technical Acceptable/Unacceptable Ratings Rating Description Acceptable Proposal clearly meets the minimum requirements of the solicitation. Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation. B. Price Evaluation. Lastly, the Government shall rank all technically acceptable offerors by price. The price evaluation will document the reasonableness, realism, and affordability of the proposed total evaluated price. C. After evaluation of both the Technical Requirements and Pricing Submission as specified in the solicitation, the Contracting Officer will select that responsible source whose offer is technically acceptable, considering only the criteria included in the solicitation, and which offers the lowest evaluation price. D. Offerors are cautioned to submit sufficient information and in the format specified in Section L. Offerors may be asked to clarify certain aspects of their proposal such as technical acceptability. Communication conducted to resolve minor or clerical errors will not constitute discussions and the Contracting Officer reserves the right to award a contract without the opportunity for proposal revision. E. The Government intends to award a contract without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. (End of Provision) CONST-M-7401 REJECTION OF OFFERS (a) Offer on All: Offerors must propose on all item(s). Failure to do so shall be cause for rejection of offer. (Applies only to solicitations containing more than one (1) line item). (b) Separate Changes: Separate changes in any form, are not solicited. Offers containing separate changes will be rejected. (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/18CONS/FA5270-13-R-0051/listing.html)
 
Place of Performance
Address: Plaza Housing, Okinawa, Japan, United States
 
Record
SN03110388-W 20130711/130709234449-bd7c37d2a356cbb81c67b9a6450b3458 (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.