Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2006 FBO #1831
SOLICITATION NOTICE

H -- QUALITY ASSURANCE SERVICES FOR DEMOLITION/DEBRIS MISSION IN SUPPORT OF HURRICANE KATRINA IN AFFECTED PARISHES IN THE STATE OF LOUISIANA

Notice Date
11/29/2006
 
Notice Type
Solicitation Notice
 
NAICS
561320 — Temporary Help Services
 
Contracting Office
US Army Engineer District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
W912P8-07-R-0032
 
Response Due
12/21/2006
 
Archive Date
2/19/2007
 
Small Business Set-Aside
8a Competitive
 
Description
For information concerning this solicitation contact Cal Durgin @ 504-681-2302 or email at calvin.e.durgin@mvm02.usace.army.mil. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 o f the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the entire solicitation except the scope of work (SOW); the SOW can be accessed at http://www.mvn.usace.army.mil /ebs/advertisedsolicitations.asp. Hardcopies will not be available. It is the offerors responsibility to obtain the SOW from the aforementioned website. Solicitation Number W912P8-07-R-0032 is being issued as a request for proposal (RFP). This solicitatio n incorporates U.S. Department of Labor Wage Determination No. 91-0101 REV 19, dated 5/23/2006. Proposals may be submitted in hard copy or electronically, either through regular mail, email, or courier (FEDEX) etc. Regardless of method of delivery, it is t he offerors responsibility to ensure receipt of request for proposals by the time and date stated herein. The contract will be an Indefinite Delivery/Indefinite Quantity (ID/IQ) type contract with an estimated ceiling amount of $7.2 million. The solicitati on document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-14. This solicitation is 100% set aside for Section 8(a) small business concerns under NAICS Code 561320 with a size standard of $12,500,000.0 0. This solicitation also incorporates FAR 52.226-4  Notice of Disaster or Emergency Area Set-Aside (Aug 2006). (a) Set-aside area. Offers are solicited only from businesses residing or primarily doing business in the State of Louisiana. Offers received f rom other businesses shall not be considered. (b) This set-aside is in addition to any small business set-aside contained in this contract. The U.S. Army Corps of Engineers (USACE), Louisiana Recovery Field Office (LA-RFO) New Orleans, Louisiana has a requ irement for up to 100 Quality Assurance Representatives (QAR), 4 Team Leaders (CTL) and 2 Supervisors (CQAS) in support of Hurricane Katrina Relief Efforts. . This requirement is for a Indefinite Quantity/Indefinite Delivery (IDIQ) contract with nine (9) Contract Line Item (CLIN) Numbers for the QA services as follows: CLIN 0001AA, Description: Quality Assurance Representative, Regular Time, Estimated Quantity: 120,000, Unit: Hours; CLIN 0001AB, Description: Quality Assurance Representatives, Overtime, Est imated Quantity: 132,000, Unit: Hours; CLIN 0001AC, Description: Daily Cost Per Person for equipment and job related travel, Quantity: 24,000, Unit: Days. CLIN 0002AA, Description: Contract Team Leader, Regular Time, Estimated Quantity: 4,800, Unit: Hours; CLIN 0002AB, Description: Contract Team Leader, Overtime, Estimated Quantity: 5,280, Unit: Hours; CLIN 0002AC, Description: Daily Cost Per Person for equipment and job related travel, Quantity: 960, Unit: Days. CLIN 0003AA, Description: Contract Quality A ssurance Supervisor, Regular Time, Estimated Quantity: 2,400, Unit: Hours; CLIN 0003AB, Description: Contract Team Leader, Overtime, Estimated Quantity: 2640, Unit: Hours; CLIN 0003AC, Description: Daily Cost Per Person for equipment and job related travel , Quantity: 480, Unit: Days. FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition. 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: Experience, Past Performance, Capability (Staffing and Organization), Understanding of Scope and Price. Experience, Past Perfo rmance, Capability and Understanding of Scope, when combined, are relatively equal to price. The Governments assessment will focus on contracts that meet the following conditions: Recency; Only contracts that were performed or awarded within the last three (3) calendar years will be considered. Relevancy; Only contracts which were/are relevant in scope to Quality Assurance Representative services will be consid ered. The Government will use data provided in the Offerors proposal and data obtained from other sources. The Offeror is cautioned that while the Government will consider data from other sources, the burden of demonstrating satisfactory past performance r est with the Offerors. In accordance FAR 15.305(a) in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorable on past perfo rmance. Offerors will be provided an opportunity to identify past or current contracts (including Federal, State, and Local Government and Private) for the efforts similar to the Government requirements. Past Performance Information should include a Point of Contact with a valid phone number, Organization, Project Completion Date, Dollar Value of Contract and type of work performed. The offeror may provide information on problems encountered on the identified contracts and the offeror's corrective action. O fferors proposals will be evaluated by the following criteria: a. EXPERIENCE: 1. Similar contracts with the COE successfully completed and performed in a satisfactory manner. 2. Similar contracts, but not with the COE, successfully completed and performed in a satisfactory manner. b. PAST PERFORMANCE: 1. Similar contracts with the COE which are ongoing. 2. Key Company personnel with experience on similar projects, but not while working for this firm. 3. Subcontractors, experience on similar contracts with t he COE. c. CAPABILITY (STAFFING and ORGANIZATION): 1. Designated Personnel to be assigned: A. Managerial Staff, with prior experience in similar contracts with the COE. B. Supervisory Construction Representatives, with prior experience in similar contracts with the COE. C. Quality Assurance Representatives, initial sources to draw from, prior experience in similar contracts with the COE. 2. Reserve Personnel (additional resources available and their experience in similar contracts): A. Managerial Staff B. S upervisory Construction Representatives C. Quality Assurance Representatives. d. Understanding Scope of Work 1. Mobilization Plan, recognizes and addresses how to overcome challenges 2. Lead time Necessary for Staffing, meeting or exceeding minimum contrac t requirements. The following commercial clauses apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items, FAR 52.212-2- Evaluation - Commercial Items. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, FA R 52.212-4, Contract Terms and Conditions, and FAR 52.212-5, Contract Terms and Conditions Required to implement Statutes or Executive Order-Commercial Items. Other clauses that apply include FAR 52.226-3  Disaster or Emergency Area Representation, FAR 52 .226-5  Restrictions on Subcontracting Outside Disaster or Emergency Area (Aug 2006), FAR 52.216-18  Ordering, 52.216-19- Order Limitations, 52.216-22  Indefinite Quantity. Contract will have a guaranteed minimum of $10,000.00. . If you are not registered in the CCR, an award CANNOT be made to your company. You may register electronically at http://www.ccr.gov. Registering electronically will expedite the registration process. Proposals are due 21 December 2006 not later than 1 630 hours (4:30 p.m.) local time at the LA-RFO, 525 ST. CHARLES AVENUE, NEW ORLEANS, LA 70130, ATTN: CAL DURGIN. For information concerning this solicitation contact Cal Durgin @ 504-681-2302 or email at calvin.e.durgin@mvm02.usace.army.mil.
 
Place of Performance
Address: US Army Engineer District, New Orleans LA-RFO 525 St.Charles Avenue New Orleans LA
Zip Code: 70130
Country: US
 
Record
SN01188081-W 20061201/061129220747 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.