SOLICITATION NOTICE
V -- Sales Program Trailer Deactivations
- Notice Date
- 7/10/2007
- Notice Type
- Solicitation Notice
- NAICS
- 484220
— Specialized Freight (except Used Goods) Trucking, Local
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Transition Recovery Office - MS, 220 Popps Ferry Road, Biloxi, MS, 39531, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- HSFEMS-07-R-0017
- Response Due
- 7/20/2007
- Archive Date
- 7/20/2007
- Small Business Set-Aside
- 8a Competitive
- Description
- Combined Synopsis/Solicitation This is a combined synopsis/solicitation; no separate solicitation document will be issued. The statement of work for this project includes the items listed below. The contractor shall provide all labor, materials, equipment, transportation, and supervision required to perform deactivation of trailers as described below. All work shall be accomplished in accordance with, but not limited to the contract, statement of work, common work practices, and industry standards. Description of requirements (Statement of Work) for the items to be required: CLIN 0001 - Unblocking and Unstrapping 1. The contractor shall de-energize or shut-off at the source and disconnect and properly cap, all utility, electric, water, sewer, and gas, and any other connections which inhibit the unit?s movement. 2. The contractor shall remove all strapping and anchoring implements. 3. The contractor shall disconnect and properly cap and/or terminate all utilities. 4. The contractor shall remove all blocking and debris associated with the unit installation, habitation and deactivation excluding implements related to utilities (i.e. sewer, water, power.) 5. The contractor will abide by all applicable codes, laws or policies when performing work under this contract. CLIN 0002 - Site Clean Up 1. The contractor shall remove all material related to the unit from the site excluding implements related to utilities. a. This may include, but is not limited to deconstruction and removal of stairs, platform stairs, ramps, any other items related to the habitation of the unit. b. It may also include filling and tampering holes and ditches as well as any other possible safety and sanitary hazards and/or health concerns that could be associated with the deactivation and removal of the unit. 2. The contractor will abide by all applicable codes, laws or policies when performing work under this contract. CLIN 0003 - Utility Removal 1. If necessary, the contractor shall de-energize or shut-off at the source and disconnect and properly cap, all utility, electric, water, sewer, and gas, and any other connections which inhibit the unit?s movement. 2. The contractor shall remove all material related to the utilities of a unit from the site. a. This may include, but is not limited to removal of any sewer lines, water lines, and/or power poles. b. It may also include filling and tampering holes and ditches as well as any other possible safety and sanitary hazards and/or health concerns that could be associated with the removal of materials related to the utilities of a unit. 3. The contractor shall abide by all applicable codes, laws or policies when performing work under this contract. CLIN 0004 - Unit Transportation 1. The contractor shall transport the unit to a FEMA designated location. There is no current designated delivery location so the contractor will provide a per mile itemization. 2. The contractor shall ensure that the unit is transportable and meets all necessary requirements to be transported/towed on public roads. Schedule of Prices The contract line item numbers and items, quantities and units of measure are: Line Item Item Description Quantity Unit Price CLIN 0001 UNBLOCKING & UNSTRAPPING 1 EACH UNIT PRICE CLIN 0002 SITE CLEAN UP 1 EACH UNIT PRICE CLIN 0003 UTILITY REMOVAL 1 EACH UNIT PRICE CLIN 0004 TRANSPORTATION 1 MILE UNIT PRICE Notice: Due to the unknown quantity, the award will be issued with a not to exceed dollar limitation. Period of Performance One year from date of award with 1 option period Questions or Comments Any questions or comments must be in a written form addressed to Rekeicha Brown and submitted no later than Friday, July 13, 2007. Transmittal of the questions or comments must be made by fax to 228-385-7879, email to rekeicha.brown@dhs.gov, or mailed to Attn: Rekeicha Brown, FEMA MS TRO, 220 Popps Ferry Road, Biloxi, MS 39531, and must be received no later than 04:00 p.m. CDT on Friday, July 13, 2007. Prior to faxing, send an e-mail to rekeicha.brown@dhs.gov or call 228-385-4847 to confirm receipt of transmission. Closing Date Combined/Solicitation Closing Date: Friday, July 20, 2007 Both the Technical and Price proposal must be delivered together. Each offeror shall sign his/her quote. Responding offerors must provide their company name, contact with telephone number, and their signature. Transmittal of the offer must be submitted by email to rekeicha.brown@dhs.gov, or mailed to Attn: Rekeicha Brown, FEMA MS TRO, 220 Popps Ferry Road, Biloxi, MS, and must be received no later than 3:00 p.m. CDT on Friday, July 20, 2007. Oral responses will not be accepted. We anticipate a firm fixed-price award of three contracts from this solicitation. Terms and Notices This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and 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. The solicitation number is HSFEMS-07-R-0017 and is issued as a Request for Proposal (RFP). Prospective contractors must be registered in accordance with FAR 52.204-7 Central Contractor Registration (CCR) (July 2006) before an award can be made to them. The company must have an active registration on Online Representations and Certifications Application (ORCA) in order to be eligible for award. Registration requires applicants to have a DUNS number from Dun and Bradstreet. Registration may take up to three weeks to process. Recommend registering immediately in order to be eligible for timely award. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Effective 01 Jan, 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. All prospective contractors submitting an offer in response to the subject solicitation must go to http://www.bpn.gov/ to add/update its ORCA record. ORCA?s website is https://orca.bpn.gov/. This procurement is being issued as 100% 8(a) SET-ASIDE and only qualified offerors may submit a quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-02. The associated North American Industrial Classification System (NAICS) code for this procurement is 484220 with a small business size standard of $23.5 million. A copy of the contractors certified status as an 8(a) business from SBA will be required with submission of proposal package. Work will be performed in the declared disaster areas of Mississippi. FAR clause 52.219-17 Section 8(a) Award (Dec. 1996) applies. Wage Determination SERVICE CONTRACT ACT WAGE DETERMINATIONS: Can be found at: http://www.wdol.gov/sca.aspx#8 WAGE DETERMINATION NO: 2005-2301 REV (4) DTD 05/29/2007; 2005-2299 REV (3) DTD 05/29/2007 Instructions to Offerors The provision at FAR 52.212-1-- Instructions to Offerors (JAN 2005) - Commercial Items apply to this acquisition. Quotes will be evaluated on price related factors, performance, company experience and key personnel. FAR 52.212-2 Evaluation ? Commercial Items (JAN 1999) applies. Proposal Submission Requirements, Evaluation Criteria And Basis For Award The Offeror's proposal shall contain a response to each of the factors identified below. The evaluation of this proposal will be based on the Technical and Price proposals submitted by the offeror. Past Performance The quality of an Offeror?s past performance will be evaluated based on references provided by the Offeror, information the Government obtains through reference checks, and/or from other sources (e.g. contracting offices and the Defense Contract Audit Agency (DCAA). Offerors shall provide three (3) references for requirements of similar size, scope, and complexity to the acquisition of Light Deactivation in Support of the Applicant Sales Program. Contact information, phone numbers, facsimile numbers, and email addresses shall be provided. The Government reserves the right to perform customer surveys only for those contracts which are deemed by the Government to be most relevant to this procurement. Key Personnel Offerors will be evaluated on the ability of their key personnel to clearly demonstrate their understanding, knowledge, and experience to meet the requirements identified in the Statement of Work of this solicitation. In addition, proposed key personnel will be evaluated on their experience in past requirements. Offerors shall provide resumes which include a description of the experience and capability for the proposed key personnel. Descriptions shall address such items as the individual?s background, education, work experience and accomplishments. Resumes shall also demonstrate the knowledge that key personnel have gained through completed and ongoing efforts that are similar in nature to this effort. At a minimum, the following positions will be considered key personnel: project manager, quality control manager, and technical manager. Each resume shall be limited to two (2) pages. Price and Price Related Factors Offerors shall be evaluated on their ability to provide a sound competitive offer associated with the requirement identified within the solicitation. The proposed price will be evaluated to determine fairness and reasonableness, and realism as compared to Independent Government Estimate (IGE) and the prices proposed by other offerors. The offeror must reflect a clear understanding of the requirement, and must be consistent with the methods described in the offeror?s proposal. Clauses THE FOLLOWING CLAUSES ARE INCORPORATED BY REFERENCE (FAR 52.252-2 FEB 1998) The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.219-6, 52.219-14, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-42, 52-225-1, 52.225-13, 52.232-33, 52.233-3, 52.233-4. The full text of a FAR clause may be accessed electronically at http://acquisition.gov/far/index.html. The selected Offeror must comply with the following commercial item terms and conditions. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to Rekeicha.brown@dhs.gov so that they are received at that email address no later than the closing date and time for this solicitation. This solicitation is set aside geographically for Mississippi Vendors only, in accordance with the Robert T. Stafford Act PL. 106-390 as amended June 2006. THE FOLLOWING CLAUSES ARE INCORPORATED BY FULL TEXT OPTION TO EXTEND SERVICES (NOV 1999) (FAR 52.217-8) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. REQUIRED INSURANCE (FAR 52.228-5 JAN 1997) The Contractor shall, at its own expense, procure and thereafter maintain the following kinds of insurance with respect to performance under the contract. (1) Workmen's Compensation and Employers Liability Insurance as required by law except that if this contract is to be performed in a State which does not require or permit private insurance, then compliance with the statutory or administrative requirements in any such State will be satisfactory. The required Workmen's Compensation insurance shall extend to cover employer's liability for accidental bodily injury or death and for occupational disease with a minimum liability limit of $100,000. (2) General Liability Insurance. Bodily injury liability insurance, in the minimum limits of $500,000 per occurrence shall be required on the comprehensive form of policy. (3) Automobile Liability Insurance. This insurance shall be required on the comprehensive form of policy and shall provide bodily injury liability and property damage liability covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage shall be required. Point of Contact Name: Rekeicha Brown, Title: Contract Specialist, Phone: (228) 385-4847, Email: rekeicha.brown@dhs.gov Alternate Point of Contact Name: Deborah Hailey, Title: Lead Contract Specialist, Phone: (228) 385-4845, Email: deborah.hailey@dhs.gov
- Place of Performance
- Address: Throughout the State of Mississippi
- Zip Code: 00000
- Country: UNITED STATES
- Zip Code: 00000
- Record
- SN01337977-W 20070712/070710220414 (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 |