Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 23,1999 PSA#2394

Contracting Officer, FEMA Region 10, Adminstrative Services Branch, 130 228th St, S.W., Bothell, WA 98021

N -- RE-ADVERTISEMENT OF TARS RADIO DISTRIBUTION PROJECT FOR OREGON COUNTIES SOL EMS-1999-RP-0008 DUE 081199 POC Bill Webb, Contracting Officer, (425) 487-4769 E-MAIL: click here to contact the Contracting Officer via, bill.webb@fema.gov. This is a re-advertisement of the previous synopsis dated July 9, 1999. A Small Business Set-Aside is still intended. However, If an insufficent number is deternmined to be qualified utilizing the "set-aside" procedures, large firms will also be considered. Large business may submit for this project but will be held pending this determination. The Federal Emergency Management Agency (FEMA) intends to award a contract in FY 99 for distribution and installation of the approximately 15,500 Tone Alert Radios (TAR) in Morrow and Umatilla counties in the State of Oregon. The successful recipient of the contract will be responsible for the receipt, programming, safeguarding, accounting of, distributing and installing of the radios. The estimated cost of the resulting contract is estimated to range from $200,000 to $400,000. This is a 100% Small Business Set-Asides. However, If an insufficent number is deternmined to be qualified utilizing the "set-aside" procedures, large firms will also be considered. Large business firms may also submit for this project but will be held pending this determination. Performance under the resulting contract is expected to commence in the October 1999 timeframe. This procurement is classified under the Standard Industrial Classification Code 7389, Other Business Services, N.E.C. The anticipated contract type will be Firm Fixed Price. Firms will be selected using selection criteria in accordance with FAR Section 15 for source selection (i.e. Best Value determination with tradeoff ) Evaluation factors are considered to be at least equal to price in importance for this selection process. All submitting firms must comply with the requirement of the RFP to submit a Technical Proposal, a Cost Proposal and a Contractor's Qualification & Financial Information form . The Technical Proposal must outline the approach the firm is planning to use to accomplish the contract. This must include as a minimum: Number and type of Personnel to be used, Management Approach and Radio Processing Plan, Inventory Control and Accounting System and a Delivery Action Plan per zones. Failure to submit either of these requirements will be considered as a non-responsive proposal and render the proposal as a non-considered submittal. The following seven elements will be used in the selection of the firms to establish firms within the technically acceptable range (In scoring these factors, the Government will use a percentage of an established ranking value for each element). (1) Past Performance (0.1 to 1.0 x 20 possible), (2) Technical Excellence (0.1 to 0.5 x 20 possible), (3) Management Capability (0.1 to 0.8 x 20 possible), (4) Personnel Qualification (0.1 to 0.5 x 20 possible), (5) Prior Experience (0.1 to 0.7 x 20 possible), Schedule Compliance (0.1 to 0.8x 20 possible), Capacity to Perform (0.1 to 0.6 x 20 possible). The prospective contractor must take these factors into consideration when preparing their submission and tailor it to present a clear understanding of how these factors are reflected in the plan. Sub-factors used to evaluate each of these seven elements shall include but not be limited to: Ability to meet established time-table, Ability to accommodate non-standard work schedules and language requirements, Vendor experience and references, An acceptable proposed means of notifying the public of delivery schedules, An acceptable proposed inventory control system, An acceptable proposed identification system for contract employees, Ability to meet special installation requirements. Discussions will be conducted as necessary with firms deemed to be in the Competitive Range. Final selections will be based upon a "Best Value Determination" using cost and evaluation. There will be a non-refundable bid document fee of $25.00 charged for all RFP's sent out. Payment of this fee must be made by check or money order made out to "Federal Emergency Management Agency". All interested prospective firms must submit a request for the RFP on their company letterhead. This request must ask for RFP number EMS-1999-RP-0008 and be accompanied with the required document fee of $25.00. The letter must also include the name of the firm, contact within the firm, mailing address, phone and fax numbers. Request the RFP from: Federal Emergency Management Agency Region x, ATTENTION: Bill Webb, 130 228th Street, SW, Bothell, WA 98021-9796. Pre-Bid conference is scheduled for 5 August 1999 at 1:00 PM PST at Umatilla Army Depot, OR in Bldg 415. E-mail address at bill.webb@fema.gov for questions pertaining to this solicitation. Posted 07/21/99 (W-SN357108). (0202)

Loren Data Corp. http://www.ld.com (SYN# 0067 19990723\N-0002.SOL)


N - Installation of Equipment Index Page