Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
MODIFICATION

Y -- Install one (1) new emergency generator and two (2) automatic transfer switches (ATS) - Exhibit 5 - Question Answers V1

Notice Date
9/10/2015
 
Notice Type
Modification/Amendment
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of the Army, Army Contracting Command, ACC-APG - Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX15T0353
 
Archive Date
9/30/2015
 
Point of Contact
Nathlie M Hicks, Phone: 3013943985
 
E-Mail Address
nathlie.m.hicks.civ@mail.mil
(nathlie.m.hicks.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Question Answers V1 Exhibit 5 "An amendment to solicitation W911QX-15-T-0353 is issued to extend the solicitation to 11:00 AM EST 15 September 2015 and to include answers to the questions that were received. Questions will not be accepted after 2:00 PM EST 10 September 2015." (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) The solicitation number is W911QX-15-T-0353. This acquisition is issued as an request for proposal (RFP). All questions related to this solicitation are required no later than 5:00 PM EST, 04 September 2015. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, effective 05 August 2015. (iv) This acquisition is set-aside for Small Businesses. The associated NAICS code is 238290. The small business size standard is $15.0 M. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: The Government requires service to install one (1) new emergency generator and two (2) automatic transfer switches (ATS) and remove replaced equipment in Building 106 of the ALC in accordance with all of the requirements of the Performance Work Statement (PWS) (reference Section 8 (vi)). Unit: One (1) Job CLIN 0002: Contractor Manpower Reporting - Cost for Providing Accounting for Contract Services - ACC-APG ADELPHI 5152.237-4900, Accounting for Contract Services Requirement, is included herein; the contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil (See attachment ACC-APG Adelphi Local Clauses Full Text document to view clause ACC-APG ADELPHI 5152.237-4900) (vi) Description of requirements: See attached Performance Work Statement (vii) Delivery is required no later than three (3) months after contract award. Delivery shall be made to the Army Research Laboratory (ARL), Adelphi, MD. Acceptance shall be performed at ARL, Adelphi, MD. The FOB point is ARL, Adelphi, MD. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: General Information: This Request for Proposal (RFP) has been issued to acquire service to remove existing emergency generator and replace with one (1) new emergency generator and two (2) ATS in Building 106 of the ALC in support for the U.S. Army Garrison, ALC, Directorate of Public Works (DPW). Offerors are required to provide a written proposal to the Government that includes both the offeror's technical approach to satisfying the Government's requirement outlined in the Performance Work Statement (PWS) as well as a price proposal for the overall effort. The offeror's technical approach shall clearly demonstrate their understanding of the requirement outlined in the PWS, address each portion of the PWS, reflect their required actions to successfully complete all areas of the PWS, provide their methodology to accomplish the work to be performed. The offeror's proposal shall include all information necessary to determine if their approach conforms to security requirements (reference C.1.2), personnel requirements (reference C.1.3), and equipment specification requirements (reference C.4) in the PWS. Proposals will be evaluated to determine if the offeror's approach conforms to the personnel and security requirements set forth in the solicitation. Those offers that meet or exceed the stated performance characteristics and/or objectives will then be evaluated in terms of technical aspects above the minimum requirements that would be most beneficial to the Government. The cost proposal shall include a detailed break down of the cost of materials and labor as listed in section C.3 to C.5 of the PWS, and the detailed break down of any other costs related to the work effort (such as delivery and removal of equipment). The technical portion of the proposal shall be separate from the price proposal. Proposals which merely offer to perform in accordance with the requirements of the Government's PWS will not be deemed technically acceptable and will be ineligible for award. Type of Contract: The Government intends to award a Firm Fixed Price (FFP) type of contract. Only one (1) award will be made as a result of the subject solicitation. The Government intends to evaluate proposals and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. If the Government decides to establish a competitive range, and conduct discussions, the Government reserves the right to limit the number of offers included in the competitive range for the purposes of efficiency. Formatting: Contractor formatting is acceptable, as long as the proposal meets the requirements contained in the "General Information" which requires both a technical proposal and a cost proposal that breaks down all costs of material and labor. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Evaluation Criteria - Service (Tradeoff) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will first be a determination as to whether the proposed product meets the performance characteristics and/or objectives in the solicitation. Offerors' proposals shall address each portion of the Performance Work Statement (PWS), indicate an adequate understanding of the areas set forth in the PWS, reflects the Contractor's required actions to successfully complete all areas of the PWS, and provide the offeror's methodology to accomplish the work to be performed. Proposals will be evaluated to determine if the technical approach conforms to the performance requirements set forth in the solicitation. Offeror's proposals shall include all information necessary to determine if the offeror's approach conforms to personnel requirements in the solicitation, to include the security and personnel requirements listed in C.1.2 and C.1.3. Proposals will be evaluated to determine if the offeror's approach conforms to the personnel and security requirements set forth in the solicitation. Those offers that meet or exceed the stated performance characteristics and/or objectives will then be evaluated in terms of technical aspects above the minimum requirements that would be most beneficial to the Government. In particular, the Government is willing to trade-off on price for offerors that exceed the following performance work characteristics/objectives: -A master electrician on the Contractor's staff with seven (7) years experience. -At least one Journeyman electrician on site to do the work with five (5) years experience. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, processes or other information) necessary for the Government to determine whether the proposed effort meets or exceeds the performance characteristics and/or objectives of the requirement. In a case where an offeror fails to provide enough information to determine if their proposal meets the performance characteristics and specifications in the solicitation, the Government may remove the offeror from contention of award. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed effort to industry or Government agencies. Past performance will consider the ability of the offeror to meet characteristics/objectives, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include three (3) relevant records of sales from the previous 24 months. "Relevant" is defined as the offeror's performance of a requirement(s) of similar scope, magnitude, and complexity as compared to the current requirement. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Price will be evaluated based on the total proposed price, including options, (if any), the detailed break down of the cost of materials and labor as listed in C.3 to C.5 of the PWS, and the detailed break down of any other costs related to the work effort (such as delivery of equipment). Cost proposals that merely propose a total price without detailing the cost of each task and how the cost was characterized will not be deemed technically acceptable and will be ineligible for award. In a case where an offeror fails to provide enough information to determine if their cost proposal meets the performance characteristics and specifications in the solicitation, the Government may remove the offeror from contention of award. In addition, the Government will not award a contract to an offeror whose proposed costs are determined to be unreasonable or unrealistic. Should the Government determine proposed prices are unrealistically low (an indication of "buy-in"), or that the offeror does not have an understanding of the requirement due to the unrealistically low price proposed, this will be considered a performance risk at which time the Government may remove the offeror from contention for award. The cost proposal shall follow the structure of the PWS and provide a detailed breakdown of all costs related to material and warranty (reference C.3. and C.4) and installation (reference C.5) to include proposed labor categories, labor hours, labor rates as well as the cost of all materials in order to be considered for award. The cost proposal shall also detail the Contractor's cost in delivering equipment to work site as well as storing and handling equipment until completion of work effort. Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37,, 52.222-50, 52.223-18, 52.225-13, 52.232-33, 52.203-3252.203-7000, 252.203-7005, 252.204-7011, 252.204-7012, 252.204-7015, 252.211-7003, 252.215-7007, 252.215-7008, 252.222-7007, 252.223-7008, 252.225-7000, 252.225-7001, 252.225-7012, 252.225-7031, 252.232-7003, 252.232-7010, 252.243-7002, 252.244-7000, 252.247-7023, 252.247-7022 (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all local clauses can be found in the attached ACC-APG Adelphi Local Clauses Full Text document): 52.204-4, 52.204-9, 52.204-16, 52.204-18 52.209-10, 52.229-3, 52.232-40, 52.243-4, 52.246-2, 52.246-16, 52.246-20, 52.247-12, 52.249-2, 52.249-2 Alt I, 252.204-0007, 252.204-7000252.211-7003, 252.211-7003 ALT I,, 52.245-2, 52.247-12, 52.246-20, 52.252-2, 52.243-1, 52.246-4, 52.246-16 52.204-7 System for Award Management 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation 52.233-3 Protest After Award 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated By Reference 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 52.004-4409 ACC - APG POINT OF CONTACT (APR 2011); 52.004-4411 TECHNICAL POINT OF CONTACT (DEC 2002); 52.016-4407 TYPE OF CONTRACT (SEP 1999); 52.032-4418 TAX EXEMPTION CERTIFICATE (SEP 1999) 52.046-4400 GOVERNMENT INSPECTION AND ACCEPTANCE (SEP 1999); APG-ADL-H.5152.211-4401 RECEIVING ROOM REQUIREMENT - ALC (SEPT 1999) ACC-APG ADELPHI 5152.237-4900 (Manpower Reporting) APG-ADL-B.5152.204-4412 CONTRACTING OFFICER'S REPRESENTATIVE (COR) (DEC 2002) APG-ADL-G.5152.232-4423 PAYMENT OFFICE (BANKCARD - INVOICES REQUIRED) (SEP 2010) APG-ADL-C.5152.237-4400 ARMY RESEARCH LABORATORY NON-PERSONAL SERVICES (JUL 2012); APG-ADL-L.5152.203-4440 AMC-LEVEL PROTEST PROGRAM (JUL 2011) APG-ADL-L.5152.215-4441 US ARMY CONTRACTING COMMAND (ACC-APG) - ADELPHI CONTRACTING DIVISION WEBSITE Offeror(s) may access the Adelphi Contracting Division website at: http://www.arl.army.mil/www/default.cfm?page=509 (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) The following notes apply to this announcement: N/A (xvi) Offers are due on 11 September 2015 by 5:00 PM EST, by email to to BOTH nathlie.m.hicks.civ@mail.mil AND jennifer.m.mun.ctr@mail.mil. Please note: IT IS IMPERATIVE TO INCLUDE BOTH EMAIL ADDRESSES IN OFFER EMAIL (xvii) For information regarding this solicitaton, please contact Jennifer Mun, (301) 394-2014, jennifer.m.mun.ctr@mail.mil OR Nathalie Hicks, (301) 394-3985, nathlie.m.hicks.civ@mail.mil. Please note: NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/141e6ebfa276db72f560dbc6fabfcbab)
 
Place of Performance
Address: U.S. Army Research Laboratory, Adelphi, Maryland, 20783-1138, United States
Zip Code: 20783-1138
 
Record
SN03879550-W 20150912/150910235607-141e6ebfa276db72f560dbc6fabfcbab (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.