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