Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 14, 2018 FBO #5896
SOLICITATION NOTICE

H -- Power Quality Monitoring and Power System Study/Load Flow Study - Attachment 01 - Attachment 02 - Wage Determination - Crane

Notice Date
1/12/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
 
ZIP Code
61299-8000
 
Solicitation Number
W52P1J-18-T-LIEM
 
Archive Date
3/3/2018
 
Point of Contact
Lorraine Geren, Phone: 3097826757, Cindy K. Wagoner, Phone: 3097820182
 
E-Mail Address
lorraine.geren.civ@mail.mil, cindy.k.wagoner.civ@mail.mil
(lorraine.geren.civ@mail.mil, cindy.k.wagoner.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination Work References Form Statement of Objectives 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; quotes are being requested and a written solicitation will NOT be issued. This is a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items; the Solicitation number is W52P1J-18-T-LIEM. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. This solicitation is a 100% Small Business Set-Aside. The NAICS code for this procurement is 541330; the small business size standard is $15,000,000.00. The Federal Service Code is H359. Offerors must be registered within the System for Award Management (SAM) database in order to receive an award against this Solicitation. The website for SAM is https://www.sam.gov/. DESCRIPTION OF REQUIREMENT This solicitation is issued for a Power Quality Monitoring and Power System Study/Load Flow Study at Crane Army Ammunition Activity (Crane), Crane, Indiana, in accordance with the Statement of Objectives (SOO) at Attachment 01. SITE VISIT (MANDATORY) A mandatory site visit will be held at Crane on February 2, 2018. This is a required site visit ; quotes will be considered only from offerors who have attended the site visit. Quotes received from offerors who have not attended the site visit will be considered unacceptable and will not be considered for award. The purpose of the site visit is to allow viewing of the current electrical setup, X-ray equipment, building, and equipment manuals. Potential offerors must provide notice of intent to attend the Site Visit NO LATER THAN Friday, January 19, 2018 to: Lorraine Geren, lorraine.geren.civ@mail.mil and Cindy Wagoner, cindy.k.wagoner.civ@mail.mil The following information must be included within the notice of intent to attend the Site Visit: Company Name, Company Address, Visitor Name(s), Visitor(s) Title, Visitor(s) Telephone Number, Visitor(s) email address. Details concerning the site visit will be provided to those companies that provide the notice of intent to attend. TYPE OF ACQUISITION AND CONTRACT This acquisition is issued as 100% Small Business Set-Aside. Award will be made using Low Price Technically Acceptable (LPTA) Source Selection procedures, resulting in a single award Firm Fixed Price contract. PERIOD and PLACE OF PERFORMANCE The study shall begin within 2 weeks after award. The study will be performed at Crane Army Ammunition Activity, Crane, Indiana. QUOTE SUBMISSION REQUIREMENTS The following shall be submitted in response to this solicitation: 1. Priced Proposal in accordance with the Statement of Objectives at Attachment 01 2. Technical Capability Submissions (a) Company Capability Statement/Literature/Brochure which clearly defines the company skills and competence areas (b) Work References as follows: * Offerors shall provide contract references for relevant, similar work which has been successfully performed or is currently being successfully performed. Each reference shall have been awarded within the last five years. At least two (2) such work experience references shall be provided. * Offerors shall forward the references via the "Work References Form" at Attachment 02. A separate form shall be submitted for each reference. * Relevant means contracts/task orders that demonstrate the Offeror has successfully provided or is currently successfully providing services to monitor power quality and troubleshoot power issues on high voltage x-ray systems. The work performance shall include the following: studies similar in scope and complexity to the Statement of Work (SOW) requirements of this RFP. (c) Abbreviated Accident Prevention Plan (APP) in accordance with EM-385-1-1. * EM-385-1-1 can be accessed at this website: http://www.publications.usace.army.mil/Portals/76/Publications/EngineerManuals/EM_385-1-1.pdf * Appendix A of EM-385-1-1 addresses the Abbreviated APP requirements EVALUATION CRITERIA FOR TECHNICAL CAPABILITY Based on the information the offeror provides, a rating of "Acceptable" or "Unacceptable" will be assigned to the quote, as follows: Acceptable: The offeror meets all of the contractor requirements in the SOW; AND the offeror provided a capability statement and/or capability literature and/or capability brochure; AND the offeror provided a minimum of two (2) work experience references of relevant, similar work which was successfully performed and for which award was made within the last five (5) years; AND the offeror provided an abbreviated APP that meets EM-385-1-1. Unacceptable: The offeror does not meet all of the contractor requirements in the SOW; and/or the offeror provided neither a capability statement, nor capability literature, nor capability brochure; and/or the offeror provided no references or only 1 reference; and/or one or more of the references provided is not relevant, which resulted in the offeror not providing the minimum number of required relevant references; and/or the references provided are for contracts that were awarded more than five years ago; and/or the offeror provided no abbreviated APP; and/or the submitted APP did not meet EM-385-1-1. BASIS FOR AWARD Award will be made to the offeror whose offer is determined to be Technically Acceptable, who provides the lowest Price, who is deemed responsible, and whose quote conforms to the solicitation requirements. Only those offers determined to be technically acceptable, either initially or as a result of discussions, will be considered for award. In accordance with FAR 52.212-1(g), the Government intends to award a contract against this solicitation without discussions. Award will be made on a Firm Fixed Price basis. LISTING OF ATTACHMENTS Attachment 01, Statement of Objective dated 16 Nov 2017 Rev 2 Attachment 02, Work References Form DEADLINE FOR SUBMISSION Offers are due February 16, 2018, no later than 3:30 p.m. Central Time. Offers shall be submitted in the following way: Electronically via email to the Contract Specialist Lorraine.geren.civ@mail.mil and Contracting Officer cindy.k.wagoner.civ@mail.mil Offerors should include "Response to W52P1J-18-T-LIEM" within the subject line. QUESTIONS Questions shall be submitted in the same manner as Offers, electronically via email to the Contract Specialist and Contracting Officer. **Note: Interested offerors must submit any questions concerning this solicitation at the earliest time possible, to enable the Buyer to respond. Questions not received within a reasonable time prior to close of the solicitation may not be considered. CLAUSES The following Federal Acquisition Regulation (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) commercial clauses, apply to this solicitation and are incorporated by reference (clauses may be obtained via the internet at http://farsite.hill.af.mil): FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-3 Alt I Offeror Representations and Certifications-Commercial Items, Alternate I FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items Within FAR 52.212-5, the following optional clauses apply: FAR 52.219-6, Notice of Total Small Business Aside FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management. FAR 52.222-41, Service Contract Labor Standards FAR 52.222-42, Statement of Equivalent Rates for Federal Hires FAR 52.203-3, Gratuities FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.232-40, Providing Accelerated Payments to Small Business Subontractors DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.213-7000, Notice to Prospective Suppliers on Use of past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.244-7000, Subcontracts for Commercial items The following additional language applies to this solicitation: AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the Contracting Officer) to: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax number (256) 450-8840 E-mail: usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-level protest procedures are found at: http://www.amc.army.mil/amc/commandcounsel.html If Internet access is not available, contact the Contracting Officer or HQ, AMC Office of Command Counsel to obtain the AMC-Level Protest Procedures.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fba8db3659f77bf80e3695283d0b84e2)
 
Record
SN04788776-W 20180114/180112230713-fba8db3659f77bf80e3695283d0b84e2 (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.