Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2009 FBO #2677
SOLICITATION NOTICE

99 -- Fabrication of Wayfinding and Site Security Signs for Independence National Historical Park

Notice Date
3/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
HFC - Acquisition Management National Park ServiceHarpers Ferry Center230 Zachary Taylor Street, P.O. Box 50 Harpers Ferry WV 25425
 
ZIP Code
25425
 
Solicitation Number
N1105090007
 
Response Due
4/23/2009
 
Archive Date
3/24/2010
 
Point of Contact
Melody L. Wolfe Administrative Specialist 3045356495 melody_wolfe@nps.gov;<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement along with Request for Proposal Number N1105090007 constitutes the entire solicitation. Technical proposals, warranty information and business management/cost proposals are being requested. The National Park Service has a requirement for the fabrication of a series of exterior wayfinding and site security signs in Phase 1 and optional installation services in Phase 2 for Independence National Historical Park, Philadelphia, Pennsylvania. Signage is exterior only and includes the area within the boundaries of Independence National Historical Park. Sign and wayfinding components include stanchion mounted site security signs and post mounted pedestrian guide signs. Due to space limitations, the complete commercial item specifications are contained in Request for Proposal Number N1105090007 which is available via Electronic Commerce. No paper copies of the solicitation will be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-31. This acquisition is a total small business set-aside. Attachment K, Intention to Propose, is due on or before April 16, 2009. Proposals are due on or before April 23, 2009. The North American Industry Classification System (NAICS) code is 339950 and the related small business size standard is 500 employees. It is anticipated that one award will be made on or about June 15, 2009. The award will be a firm-fixed-price contract. The following provisions and clauses are applicable to this announcement and are available at www.arnet.gov. 52.211-6 Brand Name or Equal, 52.212-1 Instructions to Offerors-Commercial Items, 52.212-2 Evaluation-Commercial Items, 52.212-3 Offeror Representations and Certifications-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, 52.203-6 Restrictions on Subcontractor Sales to the Government Alternate I, 52.214-34 Submission of Offers in the English Language, 52.214-35 Submission of Offers in U.S. Currency, 52.216-18 Ordering, 52.216-19 Order Limitations, 52.219-6 Notice of Total Small Business Set-Aside, 52.219-8 Utilization of Small Business Concerns, 52.219-14 Limitations on Subcontracting, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.227-17 Rights in Data -- Special Works, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52.245-1 Government Property Offerors should submit the following: 1. Past Performance Information - Submit two references for contracts that are similar in size, complexity and nature to this project. Complete Numbers I and II of the Past Performance. The past performance information submitted for evaluation under this solicitation should first correspond to the samples of work provided under Number 3. Project examples should represent work which is either on-going or has been completed during the past five years. It should also represent the involvement of the proposed Project Manager and key personnel, including subcontractors. Offerors that are newly formed individual entities, without prior Federal, State or Local Government contracts, can list work contracts, subcontracts or other related work experience with previous employers. 2. Comprehensive Plan including Project Management. This plan should identify how the work will be performed under this contract. The accepted plan will become a part of the resultant contract. At a minimum, the plan should include the following: A. Project Manager Identify your Project Manager and describe coordination and interaction between the Project Manager and your firm's management, employees, and subcontractors. Detail how the Project Manager will accomplish quality control, and track project work. Provide information about other duties and obligations that the Project Manager may have which could impact the work of this contract, if any. B. Technical Approach Provide a narrative description of how you will accomplish this project. Of particular interest is the architectural grade exterior sign fabrication utilizing steel, high pressure laminate, and aluminum; engineering, fabrication, and installation of custom exterior structures; coordination of graphic panel fabrication with base fabrication to ensure proper fit of graphic panels; and complete installation including site preparation, and foundations. In addition, address how coordination of all activities and sequences of work for the following areas will be accomplished: (1) Scheduling, tracking, and reporting throughout the project. (2) Pre-production tasks including: (a) Making changes to government-furnished graphic production files; and (b) Production of samples, mock-ups, and prototypes. (3) Off-site production including: (a) Fabrication of all structures; (b) Production of all graphics; (c) Sign delivery and staging; and (d) Organization of closeout materials. 3. Samples of Work The offeror should provide information that relates to at least two completed sign projects that are similar in size, complexity and nature to this project and produced within the last five years, which demonstrates the ability of the Project Manager and proposed key personnel and designated subcontractors. Information provided should demonstrate the ability to manage, plan, design, and produce signs, sign components, graphics, structures, engineering, and installation that are similar in design and function to the signs to be fabricated under this contract. Projects that demonstrate the design, fabrication, and installation of exterior grade wayfinding systems are of particular interest. Projects that represent the work of the organization but not identified specifically as produced by proposed key personnel and subcontractors will not be evaluated favorably. Sample Sign Projects - The offeror should provide a minimum of three 8" x 10" color photographs including shop drawings representative of each structure type. These photographs and shop drawings will be used to evaluate the quality of workmanship, size, and scope of each of the sample projects. Samples of work must be submitted for all subcontractors. Identify each sample with the following information: A. Name and location of the project; B. Name of client, contact person, and telephone number; C. Offerors role in the project (i.e., primary contractor or subcontractor); D. Describe the specific work performed by your firm for each project (i.e.: fabricated all exhibit structures; fabricated graphic panels; etc.); E. Name and specific job responsibilities of proposed key personnel, including subcontractors who worked on the sample project (i.e., project manager, installation team leader, or production supervisor); F. Award price and actual completion price; G. Date of contract award, scheduled completion date, and actual completion date; and H. Explain any modifications or time delays. 4. Personnel The offeror should identify personnel, including key personnel and subcontractors, proposed for use under this contract as a list at the beginning of this section. The list shall identify each person by name, title, organization, full or part-time, and either "Key" personnel or not. In this list, also identify if the person is a part of your staff or a subcontractor. The government considers the strength of the entire team essential for this project. Resumes should include any training or experience in the design of wayfinding signs and installations, and fabrication of high pressure laminate graphics, or similar types of fabrication experiences. More than one individual may be identified for a position. At a minimum, submit resumes for the following individuals: " Project Manager;" Fabrication Shop Supervisor; " Graphics Shop Supervisor; and" Archeologist. Each resume should include: A. Name of person, title, and statement of their primary duties; B. Person's proposed role(s) and responsibilities under this contract; C. Person's list of projects, and description of role (not title) on each project; D. Employment history: o Present and previous employers;o Beginning and ending dates of employment for each employer;o Job title(s) for each position; ando Description of the specific duties for each position. E. Related work experience for each employer, identifying: o Each project by name;o Type of project and dates; ando Position, title, and specific duties and responsibilities for each project listed. Exclude information that is not relevant to the person's designated role in their project. Provide a letter of commitment for all subcontractors proposed for use under this contract which states the following: "I certify that the individuals proposed to comprise the project team are committed to and will perform work required in the contract. If substitution becomes necessary, the substitutes will possess at least the same level of qualifications and ability as the individuals they replace. Substitutions must be approved in advance by the Contracting Officer. For the proposed substitution, a resume must be submitted to the Contracting Officer." 5. Business Management/Cost proposal which includes the following: A. Provide a completed price breakdown as shown on pages one and two of the Request for Proposal. In addition, provide one complete Attachment D, Contract Pricing Form, for the exhibit structures. Attachment D should include a complete unit cost for each sign to include sign structure, panel(s), base, materials, paint, engineering, fabrication, and labor to build the sign. Provide a price for packing and shipping all signs from the contractor's facility to the site. Additionally, provide an optional installation price for Phase 2 that includes all site work required, foundations, engineering, permits, marking underground utilities, coordination, and labor. In addition, the contractor shall retain an archeologist for consultation, as required, during installation to monitor digging of footers and other sign installation where the ground will be disturbed. B. Warranty terms and conditions for the various signs and sign component elements. C. Completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items. D. Brand Name or Equal Certification. E. Three originally signed copies of Standard Form 1449. F. Proposal Summary and Data Sheet. G. SF-LLL, Disclosure of Lobbying Activities. H. DI-1963, Certification Regarding Lobbying. I. ACH Enrollment Form. Evaluation of Commercial Items will be in accordance with FAR provision 52.212-2. Proposals will be reviewed to determine which one represents the greatest value, price and other factors considered. Award will not necessarily be made to the lowest priced offeror, but rather the one that offers the best value to the National Park Service in terms of the following evaluation criteria. Evaluation criteria are listed in descending order of importance. 1. Past Performance - Weight = 40 points Evaluation will be performed only for existing and prior contracts for work similar in nature and complexity to that required by the solicitation and will include the following: A. Quality of Products and Services. Demonstrated ability to perform sign fabrication, engineering, design, installation, and production services in accordance with required design specifications. Conformance to good standards of workmanship and quality control. (0-10) B. Customer Satisfaction. Satisfaction of end users with the completed signs and/or sign components. (0-10) C. Timeliness of Performance. Compliance with delivery schedules; reliability; and responsiveness to technical direction. (0-10) D. Business Relations. Effective management, ability to manage projects involving subcontracts, working relationship with the Contracting Officer and Contracting Officer's Representatives, reasonable/cooperative behavior, flexibility, effective contractor recommended solutions, businesslike concern for government interests, and provides current, accurate, and complete billings. (0-10) 2. Comprehensive Plan including Project Management - Weight = 30 Evaluation will be based on the adequacy and feasibility of the Comprehensive Plan including Project Management. Special emphasis will be placed on the Project Manager, the techniques employed, and how well the technical and management approaches will ensure the quality, timeliness, and effectiveness of finished products. 3. Samples of Work - Weight = 20 Evaluation will be based on samples of work that demonstrate the ability of proposed personnel and subcontractors to manage and produce graphics and structures that are similar in design and function to signs and sign components to be fabricated as part of this contract. 4. Personnel - Weight = 10 Evaluation will be based on the qualifications, education, knowledge, and work experience of all personnel, including subcontractors, proposed for use under the contract. Special emphasis will be placed on personnel's training and/or experience in the fabrication of tactile graphics or similar types of fabrication. Award Criteria: The Government anticipates award of one firm-fixed-price contract resulting from this solicitation. A contract will be made to that responsible offeror whose offer, conforming to the solicitation will be most advantageous to the government, cost or price and other factors considered. Technical quality, including past performance, will be considered more important than cost or price. Warranty information as well as life cycle cost considerations will be included in the best value determination. In the case of an offeror with respect to which there is no information on past contract performance, or with respect to which information on past contract performance is not available, the offeror will not be evaluated favorably or unfavorably on the factor of past contract performance. In other words, past performance will be treated as neutral. This will be accomplished by giving a new firm the average score of the other competing offeror's and evaluating the proposal in accordance with the other stated evaluation criteria, (FAR 15.608(2)(iii)). While price will be a factor in the award decision, the award may not necessarily be made to that offeror submitting the lowest price. Likewise, award will not necessarily be made for technical capabilities that would appear to exceed those needed for the successful performance of the work. A thorough examination will be made to determine an offeror's adequate understanding of the Scope of Work related to proposal presentation, price (including materials) and other factors considered. The question to be decided in making the final selection will be whether proposals scoring better are worth the dollar difference (if any). As proposals become more equal in their technical merit, the evaluated cost or price becomes more important. As the technical merit and the evaluated cost or price become essentially equal, other factors may become the determining factor. The government will consider other factors, as listed below in descending order of importance, secondary to technical, geographical disbursement, and cost or price; (1) HubZone small business concerns;(2) Small business concerns which are also minority owned and operated; (3) Women-owned firms; and(4) Service-disabled veteran-owned small business firms. In addition to the evaluation of technical merit, the cost, or price, and other factors, the standards for determining an offeror's responsibility as set forth in FAR 9.104-1, will be examined and considered. Additional factors which are not specifically set forth in this solicitation, but which are prerequisites for award as implied by law, regulation or public policy will be considered in the determination of an offeror's acceptability. Attachment K, Intention to Propose, should be submitted on or before April 16, 2009. All proposals should be submitted in an original and four copies for receipt no later than 4:00 p.m., EST, April 23, 2009, and shall be clearly marked with Request for Proposal Number N1105090007. Offerors are hereby notified that if your proposal is not received by the date and time and at the location specified in this announcement that it will be considered late as stated in FAR Part 52.212.1(f). Proposals should be sent to the National Park Service; Harpers Ferry Center; Office of Acquisition Management; Attention: Melody Wolfe, Administrative Specialist; Request for Proposal Number N1105090007; P.O. Box 50; Harpers Ferry, West Virginia 25425-0050. Proposals by telephone transmitted facsimile (fax) and electronic mail will not be accepted. The offeror agrees that the proposal is valid for a period of 90-days after the closing date.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=49e509d47c6d9129eb853531cd5408bb&tab=core&_cview=1)
 
Place of Performance
Address: Philadelphia, Pennsylvania<br />
Zip Code: 191062778<br />
 
Record
SN01776077-W 20090326/090324215739-49e509d47c6d9129eb853531cd5408bb (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.