Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2015 FBO #4971
MODIFICATION

84 -- Coveralls for MSHA Mine Inspectors - Amendment 1

Notice Date
7/2/2015
 
Notice Type
Modification/Amendment
 
NAICS
315220 — Men's and Boys' Cut and Sew Apparel Manufacturing
 
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
DOL-MSH-15-R-00006
 
Archive Date
8/15/2015
 
Point of Contact
RHONDA SIZEMORE, Phone: 304-256-3538
 
E-Mail Address
sizemore.rhonda@dol.gov
(sizemore.rhonda@dol.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Mod 3 makes the following changes: 1) replaces the SOW to include changes in the specifications for the reflective striping. The changes have been bolded for visibility; 2) replaces the original Questions/Answers with revised Questions/Answers; and 3) Extends the due date for proposals. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and FAR 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Solicitation DOL-MSH-15-R-00006 is being issued as a Request for Proposals (RFP), to provide COVERALLS for the U.S. Department of Labor's Mine Safety & Health Administration, Coal and Metal/Non-Metal Divisions. There are six possible designs that will be ordered: standard, bib, two piece, insulated, fire resistant and light weight. This acquisition is a Total Small Business set-aside. The North American Industry Classification System (NAICS) code is 315220 and the size standard is 500 employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-81. The provisions 52.212-1 and 52.212-2 apply to this acquisition. Offerors must include a completed copy of 52.212-3, Offeror Representations and Certifications - Commercial Items, 52.209-5, Certification Regarding Responsibility Matters, 52.209-7, Information Regarding Responsibility Matters, 52.225-2, Buy American Certificate, 52.204-17 Ownership or Control of Offeror, and 52.211-8 Time of Delivery, with its offer. FAR clause 52.212-5 is applicable to this acquisition. This clause and its additional applicable FAR clauses are included in the attached solicitation. Statement of Work U.S. Department of Labor Mine Safety and Health Administration 201 12th Street South, Arlington, VA 22202 PART 1 GENERAL INFORMATION 1.0 BACKGROUND The mission of the Mine Safety and Health Administration (MSHA) is to administer the provisions of the Federal Mine Safety and Health Act of 1977 (Mine Act), as amended by the Mine Improvement and New Emergency Response (MINER) Act of 2006. The Mine Safety and Health Administration's (MSHA) Coal Mine Safety and Health division (CMS&H) and Metal and Nonmetal division (MNM) operate District and Field offices throughout the United States for the United States (US) Department of Labor (DOL). It is necessary for inspectors to wear protective coveralls in order to help prevent accidents caused by loose clothing getting caught in mining equipment as well as protecting them from dirt and rocks found in the mining areas. Incorporating reflective stripes affords the inspector an increased degree of protection from underground haulage or transport vehicles and mining equipment in dark or dimly lit areas of underground mines. Six different types of coveralls will be required: 1) standard coveralls; 2) two piece; 3) bib coveralls; 4) insulated coveralls; 5) fire resistant coveralls; and 6) light weight coveralls. The majority of the coveralls will be the standard coveralls. 1.1 PURPOSE The purpose of this procurement is to obtain the services of a vendor who can provide all six designs of coveralls (standard, bib, two piece, insulated, fire resistant and light weight) to MSHA for our inspectors. Coveralls shall be designed according to the scope of work and delivered within the required time frame specified in the solicitation. 1.2 SCOPE OF WORK The vendor will provide coveralls that meet the following specifications: Standard coveralls Specifications: • Fabric Content: Polyester/cotton (Permanent press, 65% polyester/35% cotton) • Fabric Weight: 8-10 ounces per square yard • Stitching: Thread Tex size of at least 40. Reinforced stitching on pockets and zippers is required. • Color: Navy blue • Collar: Standard • Sleeves: Long sleeves • Sizes: Sizes must be in United States Standard sizes and remain constant throughout the life of the contract. Vendor must be able to provide sizes for both men and women. Sizes may range from 34 Short to 62 Tall, with up to 25% of the orders being in sizes larger than 50 regular. Coveralls must be available in short/regular/long and tall. Tall sizes shall accommodate longer torsos as well as longer leg lengths. • Retroreflective Striping: Stripes shall consist of 2" fabric that is composed of wide angle, exposed retroreflective lenses bonded to a durable cloth back. Stripes shall be certified as ANSI/ISEA 107-2010 level 2 retroreflective material; and the retroreflective material shall be certified more than 50 home washes per ISO 6330 Method 2A. (See Attachment 1 for positioning.) • Logo: MSHA Logo Patch sewn on Left Breast Pocket (See Attachment 2) • Flag: American flag patch 2" X 3" sewn on left shoulder Standard Coveralls Design requirements • Breast pockets: (Attachment 3) o Two (2) outer breast pockets with 2 inch wide Velcro flap across entire top of pocket. Pocket size: 7"w X 11d", Velcro strip 1" wide o One (1) inner left breast pocket with metal zipper on the side Size 7"w X 10"d • Sleeve Pockets: o Two (2) sleeve pockets (one on each sleeve) with 2 inch wide Velcro flap across entire top of pocket. Pocket size 4"wX10"d. Velcro strip 1" wide • Cargo Pockets: • Two (2) cargo pockets (one on each outside leg) with 2" Velcro flap across entire top of pockets. The bottom of the pocket shall be positioned approximately 5" above the knee to accommodate knee pads. Pocket size: 6"w X 8"d • Waist pockets - Slash pockets on front with side slits for access to inner clothing. No Velcro on this pocket. • Loop: Loop on right thigh above the knee for carrying a hammer or ruler. Size: approximately 4" positioned above cargo pocket. • Front closure: at least two (2) snaps at the top and a 2 way heavy duty metal zipper. • Wrist: The wrist for each pair of coveralls shall be designed with a 2" wide Velcro band (no snaps). • Leg: Two (2) heavy duty metal zippers (one for each leg) shall be located on outer seam. Zipper shall run from just below the reflective stripes on the legs of the coveralls to the bottom hem. Zipper shall open from the hem upward for easier access to boots. • Back pocket: Two (2) pockets (one on each side). No Velcro closures. Size: 7" w by 9.5" d • Expansion Pleats: Two (2) expansion pleats shall be located at the shoulder blade. • Waist: Coveralls shall be designed with a 1" elastic waist band in the back for ease of motion. Two Piece coveralls Specifications: • Fabric Content: Polyester/cotton (Permanent press, 65% polyester/35% cotton) • Fabric Weight: 8-10 ounces per square yard • Stitching: Thread Tex size of at least 40. Reinforced stitching on pockets and zippers is required. • Color: Navy blue • Collar: Standard • Sleeves: Long sleeve • Sizes: Sizes must be in United States Standard sizes. Sizing shall remain constant throughout the life of the contract. Vendor must be able to provide sizes for both men and women. Sizes may range from 34 Short to 62 Tall, with up to 25% of the orders being in sizes larger than 50 regular. Coveralls must be available in short/regular/long and tall. Tall sizes shall accommodate longer torsos as well as longer leg lengths. • Retroreflective Striping: Stripes shall consist of 2" fabric that is composed of wide angle, exposed retroreflective lenses bonded to a durable cloth back. Stripes shall be certified as ANSI/ISEA 107-2010 level 2 retroreflective material; and the retroreflective material shall be certified more than 50 home washes per ISO 6330 Method 2A. (See Attachment 1 for positioning.) • Logo: MSHA Logo Patch sewn on Left Breast Pocket (See Attachment 2) • Flag: American flag patch 2" X 3" sewn on left shoulder Two Piece Coveralls Design requirements Shirt: o Breast pockets:  Two (2) outer breast pockets with 2 inch wide Velcro flap across entire top of pocket. Pocket size: 7"w X 11d", Velcro strip 1" wide  One (1) inner left breast pocket with metal zipper on the side Size 7"w X 10"d o Sleeve Pockets:  Two (2) sleeve pockets (one on each sleeve) with 2 inch wide Velcro flap across entire top of pocket. Pocket size 4"wX10"d. Velcro strip 1" wide o Front closure: at least two (2) snaps at the top and a heavy duty metal zipper. o Wrist: The wrist for each pair of the shirts shall be designed with a 2" wide Velcro band (no snaps). o Expansion Pleats: Two (2) expansion pleats shall be located at the shoulder blade. Pants: o Cargo Pockets:  Two (2) cargo pockets (one on each outside leg) with 2" Velcro flap across entire top of pockets. The bottom of the pocket shall be positioned approximately 5" above the knee to accommodate knee pads. Pocket size: 6"w X 8"d  Waist pockets - Slash pockets on front. No Velcro on this pocket.  Loop: Loop on right thigh above the knee for carrying a hammer or ruler. Size: approximately 4" positioned above cargo pocket.  Leg: Two (2) heavy duty metal zippers (one for each leg) shall be located on outer seam. Zipper shall run from just below the reflective stripes on the legs of the coveralls to the bottom hem. Zipper shall open from the hem upward for easier access to boots.  Back pocket: Two (2) pockets (one on each side). No Velcro closures. Size: 7" w by 9.5" d  Waist: Pants shall have a heavy duty metal zipper and riveted button closure at the waist. (as can be found on standard blue jeans). 2" elastic in the waistband for secure fit. Bib coveralls Specifications: • Fabric Content: Polyester/cotton (Permanent press, 65% polyester/35% cotton) • Fabric Weight: 8-10 ounces per square yard • Stitching: Thread Tex size of at least 40. Reinforced stitching on pockets and zippers is required. • Color: Navy blue • Sizes: Sizes must be in United States Standard sizes. Sizing shall remain constant throughout the life of the contract. Vendor must be able to provide sizes for both men and women. Sizes may range from 34 Short to 62 Tall, with up to 25% of the orders being in sizes larger than 50 regular. Coveralls must be available in short/regular/long and tall. Tall sizes shall accommodate longer torsos as well as longer leg lengths. • Retroreflective Striping: Stripes shall consist of 2" fabric that is composed of wide angle, exposed retroreflective lenses bonded to a durable cloth back. Stripes shall be certified as ANSI/ISEA 107-2010 level 2 retroreflective material; and the retroreflective material shall be certified more than 50 home washes per ISO 6330 Method 2A. (See Attachment 3 for positioning.) • Logo: MSHA Logo Patch sewn above right Breast Pocket (See Attachment 3) • Flag: American flag patch 2" X 3" sewn above left breast pocket. • Bib strap hardware shall be metal and stitching shall be reinforced. Bib Coveralls Design requirements • Breast pockets: o Two (2) outer breast pockets with 2 inch wide Velcro flap across entire top of pocket. Pocket size: 7"w X 11d", Velcro strip 1" wide o One (1) inner left breast pocket with metal zipper on the side Size 7"w X 10"d • Cargo Pockets: o Two (2) cargo pockets (one on each outside leg) with 2" Velcro flap across entire top of pockets. The bottom of the pocket shall be positioned approximately 5" above the knee to accommodate knee pads. Pocket size: 6"w X 8"d • Waist pockets - Two (2) Slash pockets on front, one on each side. No Velcro on this pocket. • Loop: Loop on right thigh above the knee for carrying a hammer or ruler. Size: approximately 4" positioned above cargo pocket. • Front closure: 2 way heavy duty metal zipper. • Leg: Two (2) heavy duty metal zippers (one for each leg) shall be located on outer seam. Zipper shall run from just below the reflective stripes on the legs of the coveralls to the bottom hem. Zipper shall open from the hem upward for easier access to boots. • Back pocket: Two (2) pockets (one on each side). No Velcro closures. Size: 7" w by 9.5" d • Adjustable bib straps are required. Fire Resistant Coveralls: Specifications and design shall be the same as the standard coveralls, with the following exceptions: • Material - 100% cotton with an Arc rating of at least 11.2 ATPV Insulated coveralls: Specifications and design shall be the same as that of the standard coveralls with the following exceptions: • Coveralls shall be made with insulation layer to protect from cold weather. Light weight coveralls Specifications and design shall be the same as the standard coveralls with the following exceptions: • Fabric weight: 4-6 ounces per square yard • Stitching: Thread Tex size of at least 24. 1.3 DELIVERY SCHEDULE: See FAR Clause 52.211-8 for delivery requirements. Delivery may be made to some or all of the following locations: MSHA District 2 Attn: Management Officer Paladin Professional Center 621 Excel Drive, Suite 100 Mt. Pleasant, PA 15666 MSHA District 3 Attn: Management Officer 604 Cheat Road Morgantown, West Virginia 26508 MSHA District 4 Attn: Management Officer 100 Bluestone Road Mt. Hope, WV 25880 MSHA District 5 Attn: Management Officer Wise County Plaza 147 Plaza Road Norton, VA 24273 MSHA District 6 Attn: Management Officer 100 Fae Ramsey Lane Pikeville, KY 41501 MSHA District 7 Attn: Management Officer 3837 S. US HWY 25E Barbourville, KY 40906 MSHA District 8 Attn: Management Officer 2300 Willow Street, Suite 200 Vincennes, IN 47591 MSHA District 9 Attn: Management Officer 2nd Street, Building 25 Denver Federal Center Denver, CO 80225-0367 MSHA District 10 Attn: Management Officer 100 YMCA Drive Madisonville, KY 42431 MSHA District 11 Attn: Management Officer 1030 London Drive, Suite 400 Birmingham AL 35211 MSHA District 12 Attn: Management Officer National Mine Academy 1301 Airport Road Beaver, WV 35209 MSHA Headquarters Attn: Coal Management Program Analyst 201 12th Street South Arlington, VA 22202 U.S. Department of Labor, MSHA MNM Headquarters Office Attn: Robin Latimer 201 12th Street South Arlington, VA 22202 U.S. Department of Labor, MSHA MNM - Northeast District Office Attn: Louise Santoro 178 Thorn Hill Road, Suite 100 Warrendale, PA 15086-7573 U.S. Department of Labor, MSHA MNM - Southeast District Office Attn: Michael Giddens 1030 London Drive, Suite 400 Birmingham, AL 35211 U.S. Department of Labor, MSHA MNM - South Central District Office Attn: Sherry Wood 1100 Commerce Street, Room 462 Dallas, TX 75242-0499 U.S. Department of Labor, MSHA MNM - North Central District Office Attn: Carol Frink Federal Building, U.S. Courthouse 515 W. 1st Street, #333 Duluth, MN 55802-1302 U.S. Department of Labor, MSHA MNM - Rocky Mountain District Office Attn: Jane Route Denver Federal Center 6th and Kipling 2nd Street, Building 25, E-16 Denver, CO 80225 U.S. Department of Labor, MSHA Metal and Nonmetal Mine Safety and Health Western District Office Attn: Marianne Boyer 991 Nut Tree Road Vacaville, CA 95687-6696 1.4 PLACE OF PERFORMANCE: The work to be performed under this contract will be performed at the contractor's facility. 1.5 CONTRACT TYPE: The government will issue at least one but not more than three 5-year term BPAs. 1.6 CONTRACTING OFFICER REPRESENTATIVE : The Contracting Officer Representative (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. PART 2 DEFINITIONS & ACRONYMS BPA - Blanket Purchase Agreement CLIN - Contract line item number 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 MSHA - Mine Safety and Health Administration NTE - Not to exceed POP - Period of Performance SOW - Statement of Work PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICE S None PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES The contractor will provide all materials (including flags and MSHA patches) and labor to manufacture and deliver the coveralls per the specifications listed in this statement of work. PART 5 SPECIFIC TASKS The following tasks are required under this contract: 1. Manufacture coveralls per specifications in this statement of work 2. Deliver coveralls per the delivery schedule TECHNICAL EXHIBITS Attachment 1 - Example for Illuminating Stripes Attachment 2 - Example of MSHA Logo Patch with Pictures Attachment 3 - Breast Pocket Dimensions Attachment 4 - Photos of coveralls (End of Statement of Work) The Government anticipates at least one (1) but not more than three (3) 5-year term BPA awards. The estimated overall maximum value of the BPA(s) is $2,163,000.00. A large percentage of orders will be for standard coveralls. The Government estimates annual coverall orders at 2,380 pairs, broken down as follows: Standard Coveralls 1,050 pairs Two Piece 350 pairs Bib 320 pairs Insulated 290 pairs Fire resistant 140 pairs Light weight 230 pairs All Offerors are notified that because this solicitation is a small business set aside, it is subject to Federal Acquisition Regulation (FAR) 19.102(f) (the "non-manufacturer rule"). This solicitation is also subject to FAR Clause 52.219-14, "Limitations on Subcontracting". FAR 19.102(f) states that a small business prime contractor who is not manufacturing the supplies to be purchased by this solicitation must furnish items of a small business manufacturer who produces the items in the United States or its outlying territories. FAR Clause 52.219-14 states that any small business prime contractor who is a manufacturer of the supplies must "perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials". BPA TERMS AND CONDITIONS: The BPA(s) will not obligate any funds, nor is there a minimum guaranteed amount. Funds are to be obligated on each task order issued. Only firm fixed priced orders are authorized to be issued against the BPA(s). When providing price quotations, the offeror shall ensure that the quoted price does not exceed that which was submitted with its initial price proposal. If the price submitted is found to exceed the price submitted in the Offeror's price proposal, the quote will be deemed not eligible for award. ORDERING PROCEDURES: 1. When the need arises, an MSHA Contracting Officer or Specialist will issue a Request for Quotation (RFQ) via e-mail. The RFQ will include, at a minimum, the required CLIN(s), the item description, required quantities expressed in terms of number of units, and the delivery address or addresses. The RFQ will also include the required delivery date and any special terms and conditions applicable to the order. The Government anticipates quarterly RFQs. 2. Within 5 business days (unless another time frame is specified in writing) the contractor shall provide a quotation to the Contracting Officer or Specialist. 3. MSHA will evaluate the quotations received and award to the lowest priced offeror that: 1) meets or beats the Government's required delivery schedule contained in FAR Clause 52.211-8 and 2) whose pricing meets or beats the price in the offeror's proposal. Offerors are encouraged to provide discounted pricing when submitting price quotes. 4. Any work that the contractor undertakes prior to receiving a fully executed order or a Notice to Proceed signed by the contracting officer is undertaken at the contractor's risk. AUTHORIZED ORDERING ACTIVITY: Only contracting officers under the Department of Labor, Mine Safety and Health Administration contracting activity are authorized to issue orders under this contract. PRICING: Offerors shall use the attached Pricing Spreadsheet to submit its price proposal. The pricing spreadsheet contains breakdowns based on quantities being ordered. Offers are not to use the schedule in the solicitation (SF1449) to provide the price proposal. Proposals that do not provide pricing using the attached Pricing Spreadsheet will be deemed not eligible for award. ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS PROPOSAL SUBMISSION. The offeror's proposal shall be submitted in its entirety to Contract Specialist Rhonda Sizemore, US Department of Labor, Mine Safety & Health Administration, 1301 Airport Road, Beaver, WV, 25813. Proposals shall acknowledge any amendments to the solicitation. The offeror's proposal shall consist of three separate volumes. The Volumes are: I-Technical, II Past Performance, and III-Price. Files shall not contain classified data. The intension of this standardized format is not to limit creativity. Creativity is permitted within the parameters below to allow the Government a more fair and easy assessment of offers. a. Format. The submission shall be clearly indexed and logically assembled. Each volume shall be appropriately numbered and clearly identified with the date and solicitation number in the header and/or footer and shall begin at the top of each page. NOTE: The Technical volume should include a cover letter addressed to Rhonda Sizemore, Contact Specialist, USDOL-MSHA, 1301 Airport Road, Beaver, WV, 25813, with your company's contact information and DUNS number. A Table of Contents should be created using the Table of Contents feature in MS Word. The following additional restrictions apply: Each paragraph shall be separated by at least one blank line. A standard, 12-point minimum font size applies. New Times Roman fonts are required. Tables and illustrations may use a reduced font size not less than 8-point and may be landscape. b. File Packaging. Proposals shall be submitted in three volumes, as outlined above, Proposal Submission. Offerors shall attach a cover sheet to the outer cover of each volume, which clearly identifies each volume by volume number, volume name, and copy number (i.e., Volume I, Technical, copy 2 of 3), Request for Proposal (RFP) number, and date of submission. Use tab indexing to identify all sections within a particular proposal volume. Do not include writing on the tab index page other than that required to identify the particular section. The offeror is to ship four (4) hard copies of the proposal to Rhonda Sizemore, Contract Specialist, USDOL-MSHA, 1301 Airport Road, Beaver, West Virginia, 25813. Please note that ALL proposals must be must be exact replicas. Any proposals received after the due date and time will not be considered for award. c. Page Count. The page count is as follows: Proposal Part Page Count Volume I - Technical NTE 20 pages, excluding covers, title pages, executive summaries, table of contents and supporting documentation. Volume II - Past Performance NTE 15 pages, excluding covers, title pages, executive summaries, and table of contents. Volume III - Price No Page Limitation Those pages that exceed the page counts for each volume or attachment will not be evaluated. d. Content Requirements. All information shall be confined to the appropriate volume. The offeror shall confine submissions to essential matters, sufficient to define the proposal details, in a concise manner, to permit a complete and accurate evaluation of each proposal. Each volume of the proposal shall consist of a Table of Contents, Summary Section and the Narrative discussion. The Summary Section shall contain a brief abstract of the volume. Proprietary information shall be clearly marked. The following shall be included in the Narrative discussion: (i) VOLUME I -TECHNICAL APPROACH- 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. I. Technical a. Quality of sample coveralls Offerors shall submit two sample coveralls with their proposals, one (1) standard coverall and one (1) two-piece coverall. The Government will evaluate the quality of the sample coveralls in accordance with the specifications written in the Statement of Work. A proposal that does not provide the required sample coveralls and the certification for the retroreflective striping will be non-eligible for award. b. Delivery The Government will evaluate the Offerors Delivery Schedule to ensure it meets or exceeds the required schedule included in the solicitation. c. Experience The Government will evaluate work experience the Offeror has performed of a similar nature, scope, and complexity to that which will be performed under this requirement. d. Quality Control Plan The Government will evaluate the Offerors Quality Control Plan, which shall address their method and approach to: 1) meeting MSHA's Delivery Schedule listed in Paragraph 1.3 of the Statement of Work; 2) ensuring consistent product quality; and 3) problem resolution when issues arise. (ii) VOLUME II- PAST PERFORMANCE : The Government will evaluate past performance of current or previous contracts for relevancy (within the last 3 years) 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, Attachment 1. This volume shall be organized into the following sections: (1) Section 1 - Contract Descriptions. This section shall include the following information in the following format: (a) Contractor/Subcontractor place of performance, CAGE Code and DUNS Number. If the work was performed as a subcontractor, also provide the name of the prime contractor and Point of Contact (POC) within the prime contractor organization (name, and current address, e-mail address, and telephone and fax numbers). (b) Government contracting activity, and current address, Procuring Contracting Officer's name, e-mail address, telephone and fax numbers. (c) Government's technical representative/COR, and current e-mail address, telephone and fax numbers. (d) Government contract administration activity and the Administrative Contracting Officer's name, and current e-mail address, telephone and fax numbers. (e) Contract Number and, in the case of Indefinite Delivery type contracts, GSA contracts, and Blanket Purchase Agreements, include Delivery Order Numbers also. (f) Contract Type (specific type such as Firm Fixed Price (FFP), Cost Reimbursement (CR), Time & Materials (T&M), etc.) In the case of Indefinite Delivery contracts, indicate specific type (Requirements, Definite Quantity, and Indefinite Quantity) and secondary contract type (FP, CR, T&M, etc)). (g) Awarded price. (h) Final or projected final price. (i) Original delivery schedule, including dates of start and completion of work. (j) Final or projected final delivery schedule, including dates of start and completion of work. (2) Section 2 - Performance. Offerors shall provide a specific narrative explanation of each contract listed in Section 1 describing the objectives achieved and detailing how the effort is relevant to the requirements of this solicitation. (a) For any contracts that did not/do not meet original schedule or technical performance requirements, provide a brief explanation of the reason(s) for the shortcomings and any corrective action(s) taken to avoid recurrence. The offerors shall list each time the delivery schedule was revised and provide an explanation of why the revision was necessary. All Requests for Deviation and Requests for Waiver shall be addressed with respect to causes and corrective actions. The offerors shall also provide a copy of any Cure Notices or Show Cause Letters received on each contract listed and a description of any corrective action implemented by the offeror or proposed subcontractor. The offerors shall indicate if any of the contracts listed were terminated and the type and reasons for the termination. (3) Section 3 - New Corporate Entities. New corporate entities may submit data on prior contracts involving its officers and employees. However, in addition to the other requirements in this section, the offeror shall discuss in detail the role performed by such persons in the prior contracts cited. Information should be included in the files described in the sections above. (4) Past Performance Questionnaire. The offeror shall complete Part I of the Past Performance Questionnaire and e-mail the questionnaire to the Government and private sector technical representative responsible for the past/current contract. The POC's shall be instructed to electronically complete Part II of the questionnaire and e-mail the entire questionnaire to the Contract Specialist, Sizemore.Rhonda@dol.gov no later than Thursday, July 30, 2015 at 3:00 p.m. EST. The offeror shall also e-mail to the Contract Specialist a list of all the POC's who were sent a questionnaire. The Government must receive this list no later than 3:00 p.m. EST Monday, July 27, 2015. The POC List shall include the following fields: Solicitation Number; Company Name; Contract Number; Government Agency; POC Last Name, First Name; POC Title; POC Telephone Number; POC E-Mail Address; Date E-Mailed to POC (month/day). (iv) VOLUME III- PRICE. The offeror shall complete the attached Pricing spreadsheet. The offeror must provide pricing for all 5 years. DUE DATES: I. The RFP due date is 3:00 p.m. EST, Friday, July 31, 2015. Any questions pertaining to this solicitation must be submitted in writing via email to Rhonda Sizemore at Sizemore.Rhonda@dol.gov, no later than 3:00 p.m. EST, Tuesday, June 23, 2015. Responses to questions submitted will be responded to via FedBizOpps in sufficient time to allow interested vendors to submit their proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/MSHA/BeacerWV/DOL-MSH-15-R-00006/listing.html)
 
Place of Performance
Address: Contractor's facility, United States
 
Record
SN03784564-W 20150704/150702234821-9227259f0573ec3f2d3e8548ecefd4fd (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.