Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 01, 2014 FBO #4694
SOLICITATION NOTICE

J -- Combined Solicitation/Synopsis for Textile Repair Services

Notice Date
9/29/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811490 — Other Personal and Household Goods Repair and Maintenance
 
Contracting Office
ACC-APG - Tobyhanna, ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard, Tobyhanna, PA 18466-5100
 
ZIP Code
18466-5100
 
Solicitation Number
W25G1V14R0019
 
Response Due
10/15/2014
 
Archive Date
11/28/2014
 
Point of Contact
Cheryl Saylock, 570-615-7517
 
E-Mail Address
ACC-APG - Tobyhanna
(cheryl.a.saylock.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-76. NAICS Code is 811490. The Small Business size standard for this NAICS code is $7 million dollars. Request for Proposal (RFP) W25G1V-14-R-0019 applies. This procurement is being conducted under the requirements of FAR Subpart 6.1 Full and Open Competition, FAR 15, Contracting by Negotiation and FAR 12, Acquisition of Commercial Items. It is the intention of the Government to award a Firm Fixed Price single or multiple Blanket Purchase Agreement(s) (BPA) for the base period of three years. Tobyhanna Army Depot (TYAD), Tobyhanna, PA, has a requirement for a service contract to obtain textile repair services at regional Source of Repair (SOR) facilities located at Ft. Hood, Texas and Tobyhanna Army Depot (TYAD), PA. Contractor will provide textile/fabric and material repairs or replacements, detailed technical inspections, and cleaning of the textile products IAW Technical and TYAD Manuals. This requirement will be for a base period of three years. Requirements will be in accordance with Performance Work Statement (PWS) (Attachment 2) for service requirement. Award evaluation and basis for award will be performed in accordance with FAR 52.212-2, Evaluation - Commercial Items. Offerors are cautioned award may not necessarily be made to the lowest priced offer. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) 1. Award will be based on best value. The Government will award a contract resulting from this solicitation to the responsible offeror(s) 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: Offeror's technical proposal should clearly reflect how the offeror proposes to comply with the performance required and identified in the Performance Work Statement. Offeror's technical approach, including any supporting documentation, is to be clear and concise and should clearly reference the Scope, Requirements and Functional Task Requirements identified in the Performance Work Statement. Proposal shall include the terms of their best commercial warranty. This evaluation will result in a determination of technical acceptability or unacceptability. Exceeding the technical requirements will not result in a more favorable evaluation since the overall technical evaluation will be Acceptable/Unacceptable. (ii) PRICE: Offerors are advised to provide the most competitive pricing they can with the initial proposal submission. (iii) DELIVERY TIMEFRAME. Offerors are advised to clearly state acceptance to the twenty (20) day turn-around time for each system submitted in lots between five (5) to ten (10) systems. (iv) PAST PERFORMANCE. Offerors shall submit a list of all relevant Government and commercial contracts (prime and major subcontracts) during the past 3 years, which are relevant to the efforts required by this solicitation IAW Proposal Submission Instructions. (a) In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance. (b) Nothing in this solicitation prohibits the Government from obtaining and considering past performance from any source available. (c) Negative information obtained during past performance evaluations will be provided to the offeror to be addressed unless such negative information or circumstances have already been addressed by the offeror. To receive consideration for award, a rating of no less than quote mark Acceptable quote mark must be achieved for Technical, Delivery Timeframe and Past Performance. Technical is significantly more important than Price, Delivery Time and Past Performance. Price is slightly more important than the Delivery Timeframe and Past Performance. Past Performance is of lesser importance than Price and Delivery Timeframe. The evaluation will determine the best overall value to the Government considering all factors. In the case of equal ratings, Price will be the deciding factor. Offerors are advised to provide the most competitive pricing they can with the initial proposal submission as it is anticipated that award may be made without discussions with offerors. Offerors are advised that the award may not necessarily be made to the lowest priced offer. Performance Risk Assessment Questionnaire (PRAQ) (Attachment 3). For all contracts identified in Section iv, Performance Risk Assessment Questionnaires must be completed and submitted. The offeror shall complete Part I of the PRAQ and e-mail the questionnaire to both the Government contracting activity and technical representative responsible for each past/current contract or the commercial POC. The contractor shall instruct the Government/Commercial POCs to electronically complete Part II of the PRAQ, and to then e-mail the entire questionnaire by the time and date identified as the solicitation closing date, to the Contracting Specialist at cheryl.a.saylock.civ@mail.mil. The offeror shall provide the Contracting Officer a list of all the POCs (Company name/POC) who were sent a questionnaire in their proposal response and date e-mailed to POC (month/day). 2. To receive consideration for award, a rating of no less than quote mark Acceptable quote mark must be achieved for the Technical, Delivery Timeframe and Past Performance Factors. PROPOSAL REQUIREMENTS: 1. TECHNICAL CAPABILITY - The offeror's proposal shall demonstrate that they have the capability to provide the required textile (tent) repair service. Offeror will incorporate the knowledge and skill sets required pursuant to the Performance Work Statement (PWS) (Attachment 2) as well as past experience obtained from working on the same or similar projects. The offeror shall show in their technical proposal that they have a complete understanding of the requirement and a well conceived plan for satisfying the requirement. The technical proposal shall contain: Knowledge and Capability of all the quote mark Documents Reference quote mark in PWS; An Inspection Process/Program; Quality Assurance Program; and Employee Qualification/Certification requirements and resources available to meet all the requirements described in the PWS. Proposal shall include the terms of their best commercial warranty. Technical proposals must receive a rating of acceptable to be considered for award: Acceptable = Proposal demonstrates a sufficient understanding of the requirements and the approach meets performance or capability standards. The proposal demonstrates no strengths or weaknesses or has one or more strengths that will benefit the government although not significantly. The proposal has no material weaknesses but may have minor weaknesses that can be overcome. Weaknesses may potentially cause disruption of schedules, increase in cost, or degradation of performance if not addressed. Special contractor emphasis and close government monitoring will probably minimize any difficulties of performance. The proposal generally meets requirements; therefore, has an acceptable probability of meeting the requirements. 2. PRICING - Offerors are advised to provide the most competitive pricing they can with the initial proposal submission. 3. DELIVERY TIMEFRAME - Offerors are advised to clearly state acceptance to the twenty (20) day turn-around time for each system submitted in lots between five (5) to ten (10) systems. 4. PAST PERFORMANCE - Offerors shall submit a list of all relevant Government and commercial contracts (prime and major subcontracts) during the past 3 years, which are relevant to the efforts required by this solicitation IAW Proposal Submission Instructions. (a) In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance. (b) Nothing in this solicitation prohibits the Government from obtaining and considering past performance from any source available. (c) Negative information obtained during past performance evaluations will be provided to the offeror to be addressed unless such negative information or circumstances have already been addressed by the offeror. Each example shall have the following information: Government Agency or Company Name and address Customer point of contact (POC) and position within the company/agency Customer POC telephone Number/email Address Contract or Sales Number Date of Contract or Sale Dollar Value of Contract or Sale Place/Period of Performance Services provided Relevance is defined as fulfilling the same or similar requirement for the same or similar quantities under the same or similar circumstances. An example which is considered to be ideally on-point is one which satisfied the same technical requirement for the same quantity, provided to a Government customer, and within the same delivery timeframe as required under this solicitation. It is not required to submit examples which are ideally on-point; however, offerors should strive to provide those examples which are as relevant as possible. Quality is evaluated as overall customer satisfaction, including but not limited to: performance of the equipment and services provided; timeliness of delivery; willingness to negotiate and accommodate changes; cost control; processing of warranty claims; performance of maintenance agreements; availability of general customer support. Should the offeror provide more than three (3) examples of past performance, the Government is not obligated to contact more than the first three. Offerors should confirm that the POC telephone numbers are accurate and in service; failure to provide valid telephone numbers does not obligate the Government to further pursue those examples of past performance. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance. Past performance will be evaluated as a risk factor on the following scale: Low Performance risk = Verification of past performance shows that offeror consistently meets work schedules, provides specified services, meets contract terms without failure or resolves issues immediately, and has not been defaulted on any contract in the past three years. There is little doubt, based on the offeror's performance record, that the offeror can perform the proposed effort. Moderate Performance risk = Verification of past performance shows offeror meets work schedules and specified services most of the time, meets contract terms without failure or resolves issues immediately, and has not been defaulted on any contract within the past three years. Some doubt does exist however, based on the offeror's performance record, that the offeror can perform the proposed effort. High Performance risk = Verification of past performance shows that offerors have consistently not met work schedules and other obligations, have defaulted on at least one contract within the past three years, or have chronically failed to meet contract terms, or the past performance information provided is not relevant to this requirement. Significant doubt exists that the offer can perform the proposed effort. Unknown Performance Risk = Little or no record of relevant past performance or, contact information (telephone, fax, e-mail) is not valid and the points of contact or agencies could not be reached. Unknown risk rating has no positive or negative evaluation significance. Nothing in this solicitation prohibits the Government from obtaining and considering past performance from any source available. Negative information obtained during past performance evaluations will be provided to the offeror to be addressed unless such negative information or circumstances have already been addressed by the offeror. 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 or withdrawal is received before award. PROPOSAL SUBMISSION: The pricing shall be filled out as follows: Clin 0001: Service to provide textile/fabric and material repairs or replacements, detailed technical inspections, and cleaning of the textile products IAW Technical and TYAD Manuals. See PWS for details. Inspection/asset: $ Repair/Replacement Cost/asset: $ Clin 0002: Manpower Reporting Requirements - In accordance with clause 5152.237-4900 (see Attachment 1, Clauses, Page 9) Special Notice is Provided to include the Option to Extend - Offerors are advised that FAR Clause 52.217-8, Option to Extend Services, is included in the combined synopsis and will be included in the resultant contract. FAR Clause 52.217-5, Evaluation of Options is also included in the combined synopsis. Clause 52.217-8 is for the purpose of extending the performance under the contract as the Government requires, e.g., if the succeeding contract has not been awarded at the time of expiration and the services being provided are critical. The performance may be extended more than one time, but the total extension may not be more than six months after the original expiration date of the contract. Should the Government determine to use clause 52.217-8, the Government must notify the contractor in accordance with the clause. Evaluation of offers/quotes: a) If there are no other options in the solicitation, six-months worth of the base price will be added to the base for evaluation purposes. b) If there are option amounts, the price evaluation will be the sum of the base amount, plus all the options, plus six-months work of the final option amount. The offeror need not provide any new or additional pricing. The above methods of evaluation are simply to comply with the evaluation requirement of 52.217-5. This contract will be a firm fixed price contract for inspection, repair/replacement and materials, as needed, as referenced in PWS 4.0 Scope. Material cost will be based upon contractor's submitted published price list per PWS, Annex A, Tent Repair Equipment List. Pricing must be provided for all as indicated above. The contractor's published price list must be submitted with proposal. Contractor must provide payment method preference with proposal response. To receive an award, the company must be registered in the System for Award Management (SAM) https://www.sam.gov/portal/public/SAM. Offeror must also be found to be responsible in accordance with FAR Part 9 to receive an award. In accordance with FAR 52.212-1 Instructions to Offerors - Commercial Items, proposals which fail to include all representations or information required in this solicitation may be rejected without further consideration. Parties interested in responding to RFP shall complete a Standard Form (SF) 1449 (available at http://www.forms.gov), blocks 5, 12, 17a, 17b, 19 thru 24, 30a, and 30b; AND 30c. The offer must be signed by a company official authorized to contractually bind the company. Proposals shall include the completed full text provision FAR 52.212-3 ALT 1 (Offeror Representations and Certifications-Commercial Items). If contractor has this FAR clause completed in SAM and it is current, accurate and applicable to this requirement, the Government will consider this acceptable. However, the contractor must state that this FAR clause is in SAM and is complete, accurate and current. Full text clauses (FAR and DFARS) may be found at http://farsite.hill.af.mil/ or http://farsite.hill.af.mil/vfdfara.htm. Supporting documentation (i.e., Past Performance and Technical documentation); must be submitted with your offer in order for your offer to be considered (see Technical/Past Performance paragraph above regarding submission of technical documentation and examples of past performance). Completed SF1449 and other information must be either faxed to 570-615-7525, or a signed, scanned SF 1449 and other information can be sent electronically as a.pdf file to; cheryl.a.saylock.civ@mail.mil, by the date specified for receipt of offers which is 4:00PM EST October 15, 2014. Proposal, along with all Deliverables noted below, must be submitted by Combination/Synopsis closing date/time in order to be considered. Offers or modifications to offers received at the address specified for the receipt of offers after the exact time specified may not be considered. Offeror must hold prices firm for 60 calendar days from the date specified for receipt of offers which is 4:00 PM EST October 15, 2014. APPLICABLE Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation (DFARS) AND LOCAL CLAUSES: See Attachment one (1) for all Applicable FAR, DFARS Clauses, and LOCAL CLAUSES Applicable to this combined synopsis/solicitation and any resultant award. The offeror will be required in award to comply with TYAD local clauses for payment under DFARS 252.232-7003, Army E-Invoicing and Receiving Report Instructions and DFARS 252.232-7006, Wide Area Workflow Instructions, which will be included in any resultant contract. Please note that the Service Contract Labor Standards applies and therefore the following clauses are incorporated into this requirement: FAR 52.222-41, Service Contract Labor Standards; and FAR 52.222-43, Fair Labor Standards Act and Service Contract Act, Price Adjustment (Multiple Year and Option). FAR 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) In compliance with the Service Contract Labor Standards, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class Monetary Wage-Fringe Benefits 23260 Fabric Worker Locations: TYAD, PA WG-3105-09, $22.96/Hour Ft. Hood, TXWG-3105-09, $20.23/Hour APPLICABLE DEPARTMENT OF LABOR WAGE DETERMINATION 2005-2453, Revision No. 14 dated 7/25/14 TYAD, PA, MONROE COUNTY; WAGE DETERMINATION 2005-2523, Revision No. 14 dated 7/25/14 FT. HOOD, TX, BELL COUNTY MAY BE OBTAINED AT http://www.wdol.gov/sca.aspx (End of clause) FAR 52.222-49 Service Contract Labor Standards - Place of Performance Unknown (May 2014) (a) This contract is subject to the Service Contract Labor Standards statute, and the place of performance was unknown when the solicitation was issued. In addition to places or areas identified in wage determinations, if any, attached to the solicitation, wage determinations have also been requested for the following: To be determined if requested as stated below. The Contracting Officer will request wage determinations for additional places or areas of performance if asked to do so in writing within five working days of the date of solicitation issuance. (b) Offerors who intend to perform in a place or area of performance for which a wage determination has not been attached or requested may nevertheless submit bids or proposals. However, a wage determination shall be requested and incorporated in the resultant contract retroactive to the date of contract award, and there shall be no adjustment in the contract price. (End of clause) AMENDMENTS: Any amendments issued to this solicitation will be synopsized in the same manner as this solicitation. All Offerors are advised to acknowledge all amendments issued to the solicitation with their proposal by signing and including one copy of the amendment with their proposal. DISCUSSIONS. The Government intends to award one or more Master Blanket Purchase Agreements without discussions. Offerors should provide their best, complete proposal upon initial submission. The Government reserves the right to hold discussions if deemed necessary by the Contracting Officer. A Technical Evaluation Panel will evaluate all proposals based on the proposals/documentation provided. In accordance with FAR 15.306(d), oral discussion sessions with each offeror may be held. After completion of oral discussions with each offeror in the competitive range and in accordance with FAR 15.307(b), all offerors in the competitive range will be allowed to submit Final Proposal Revisions. CONTRACTOR SUBMITTED QUESTIONS Any questions regarding this solicitation shall be submitted electronically at the 'Solicitation View for W25G1V14-R-0019 page on Army Single Face to Industry (ASFI) acquisition business website. At the bottom of this page click the 'Post a New Question' Link to submit a question. Once each question has been answered, the answers will be available at the 'Solicitation Questions & Answers' portion of the 'Solicitation View for W25G1V-14-R-0019 page. The deadline for submitting questions is posted on ASFI at ' Post a New Question'. ATTACHMENTS: Attachment 1 - Applicable FAR, DFAR & Local Clauses Attachment 2 - Performance Work Statement (PWS) Attachment 3 - Performance Risk Assessment Questionnaire (PRAQ) Attachment 4 - TYAD Document, Final Inspection Checklist (FICL) for TMSS-Medium Attachment 5 - TYAD Document, FICL for Power Plant, Utility, TMSS-Large Attachment 6 - BPA Terms and Conditions PROPOSAL SUBMISSIONS: 1. Contractor Proposal 2. Signed 1449 as noted above 3. FAR/DFAR clause noted above (see exception) 4. Three (3) Past Performance References as noted in FAR 52.212-2, Evaluation-Commercial Items 5. Performance Risk Assessment Questionnaire (PRAQ) (Atch 3). 6. All Signed Amendments noted above 7. Contractor's submitted published price list per PWS, Annex A, Tent Repair Equipment List. 8. BPA Terms and Conditions, Authorized Signatures, Page 4 (Atch 6) 9. Provide the terms of commercial warranty as stated in PWS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/006ca9614756cd46a33b8f8c42a28281)
 
Place of Performance
Address: Ft. Hood, TX & Tobyhanna Army Depot, PA See Attachments See Attachments NA
Zip Code: See atch
 
Record
SN03536127-W 20141001/140930022713-006ca9614756cd46a33b8f8c42a28281 (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.