Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2016 FBO #5378
SOLICITATION NOTICE

D -- Antenna Installation for Hoover Dam Cellular Tower - R16PS00744 Solicitation Documents

Notice Date
8/12/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Interior, Bureau of Reclamation, BOR - All Offices, Denver Federal Center, Building 67, Room 380, Denver, Colorado, 80225, United States
 
ZIP Code
80225
 
Solicitation Number
R16PS00744
 
Archive Date
9/17/2016
 
Point of Contact
Jessica Damian, Phone: 702-293-8528
 
E-Mail Address
jdamian@usbr.gov
(jdamian@usbr.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Past Performance Questionnaire R16PS00744 Statement of Work R16PS00744 Solicitation documents (i) 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; quotations are being requested and a written solicitation will not be issued. (ii) Solicitation No. R16PS00744 is being issued as a request for quote (RFQ) for a firm-fixed price Purchase Order. (The RFQ and all associated documents may be found by going to the following website: https://www.fbo.gov and then searching by "Keyword/Solicitation #" R16PS00744. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2005-89. (iv) This requirement is a total small business set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is: 334220 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing. The small business size standard for NAICS Code 334220 is 750 employees. (v) The Bureau of Reclamation, Lower Colorado Dams Office, has a requirement for the installation of a VHF radio antenna for an existing system located at the Hoover Dam Cellular Tower. For the complete Statement of Work, please see the attachment posted at FBO.gov. (vi) Due to the unique requirements and site location, a site walk through will be held on Tuesday, August 30, 2016 8:00am PDT. The meeting location will be the Hoover Dam Central Warehouse. State Route 172 Boulder City, NV 89005. The following clauses and provisions are applicable to this commercial item acquisition: (vii) FAR provision 52.212-1, Instructions to Offerors - Commercial Items. The following addendums are applicable to this RFQ. a. Addendum to 52.212-1 -Quote Instructions The Government intends award a firm-fixed price Purchase Order to the vendor that best meets the Government's needs. In order to make this determination, the Government intends evaluate quotes based on 1) Price; 2) Technical Information; 3) Experience; and 4) Past Performance. (1) Price: A price quote that includes all associated costs. Vendors are highly encouraged to provide their best and final pricing to the Government. (2) Technical Information: Offeror's quotation shall demonstrate experience installing VHF radio antennas similar to those described in the Statement of Work. Offeror shall provide information on their antenna installation experience, qualifications and current certifications. (3) Experience: Experience - Vendors must demonstrate a sufficient amount of experience in performing work that is similar in nature and complexity to the work described within this requirement. To facilitate evaluation of this, vendors are requested to submit: o a minimum of three examples of work they have performed in the last 5 years that are similar in nature to the scope and complexity of the work described within this requirement and o a paragraph or two fully describing the work performed on each of the projects provided so the Government can determine from the description that it was in fact similar to the work required under this solicitation. (4) Past Performance: Offeror's quotation shall demonstrate successful and satisfactory performance on at least three (3) projects where work was similar in scope and magnitude to the effort required under this solicitation Statement of Work. Performance was completed within the contractually established timeframes with no contractor delays. Performance was complete to the satisfaction of customer. Offerors shall have their references complete the attached Past Performance Questionnaire (PPQ) in attachment at FBO.gov, for each project referenced. The offeror's references shall submit these completed questionnaires via email or fax to Jessica Damian jdamian@usbr.gov or via fax to (702) 293-8499. It is the Offeror's responsibility to ensure that at least three (3) different references submit past performance questionnaires prior to the quotation due date. NOTE: An offeror without relevant past performance, or for whom information on past performance is not available, will be given Neutral rating, and will not be evaluated favorably or unfavorably. This rating is neither negative nor positive. Neutral is merely indicative of a lack of prior performance. Government may also use past performance information obtained from other than the sources identified by the offeror. Information obtained from the Past Performance Information Retrieval System (PPIRS) database located at http//www.ppirs.gov is one of the sources that will be utilized. PPIRS functions as the central warehouse for performance assessment reports received from several Federal performance information collection systems and is sponsored by the DOD E-Business Office and administered by the Naval Sea Logistics Center Detachment Portsmouth. The Government will also use information obtained from The Federal Awardee Performance and Integrity Information System (FAPIIS) http://www.fai.gov/FAPIIS/trailer/module.htm will be utilized as well. (c) Service Contract Act (SCA) is applicable to this RFQ. The appropriate wage determination is attached to the RFQ at FBO.gov. (viii) FAR provision 52.212-2, Evaluation. This requirement will be awarded using best-value trade-off selection. 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: 1. Price 2. Technical Expertise 3. Experience 4. Past Performance Note - All proposed prices will be reviewed for price reasonableness and any instances of unbalanced pricing. (ix) FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items Offerors are advised include with their offer, a completed copy of the provision 52.212-3, or indicate completion of the provision online. Offerors may complete the annual representations and certifications online at https://www.sam.gov/. (x) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items. (xi) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following additional FAR clauses cited in this clause are applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Aside 52.219-8, Utilization of Small Business Concerns 52.219-13, Notice of Set-Aside of Orders 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons 52.222-54, Employment Eligibility Verification 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-5, Trade Agreements 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts) 52.222-55, Minimum Wages Under Executive Order 13658 (xii) Additional contract requirements include the following clauses and provisions: Provisions - - 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (Deviation) - 52.252-5, Authorized Deviations in Provisions - 1452.215-71, Use and Disclosure of Proposal Information - Department of Interior Clauses - - 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) -52.204-19, Incorporation by Reference of Representations and Certifications - 52.232-40, Providing Accelerated Payment to Small Business Subcontractors - 52.242-15, Stop-Work Order - 52.252-2, Clauses Incorporated by Reference - 52.252-6 Authorized Deviations in Clauses - 1452.237-80, Security Requirements - Bureau of Reclamation - Electronic Invoicing and Payment Requirements-Invoice Processing Platform (IPP) - Authorities and Delegations Clauses and provisions attachment included at https://www.fbo.gov in order to show relevant fill in text, under certain applicable clauses. (xiii) Not Applicable (xiv) All questions shall be submitted via email to jdamian@usbr.gov by no later than Friday, September 2, 2016, by no later than 2:00 PM, PDT. No additional questions will be accepted after this date. Quotations are due Friday, September 9, 2016 by no later than 4:00 PM, PDT. Responsible offerors are requested to submit a quote for this requirement. Offers shall be submitted electronically via email to jdamian@usbr.gov. All offerors must include the following with their quotation: 1) Technical Information and 2) Pricing Information. All documents are attached to the RFQ at www.fbo.gov. (xv) The Point of Contact for this solicitation is Ms. Jessica Damian. She may be reached via e-mail at jdamian@usbr.gov, or by phone at 702-293-8528. *End of Combined Synopsis/Solicitation
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2262887a9f9b25cda3ddfc94f42c9655)
 
Place of Performance
Address: Hoover Dam, Nevada, 89005, United States
Zip Code: 89005
 
Record
SN04221310-W 20160814/160812234358-2262887a9f9b25cda3ddfc94f42c9655 (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.