SOLICITATION NOTICE
R -- UTILITIES PRIVATIZATION SUPPORT/NATURAL GAS DISTRIBUTION SERVICES - SOW
- Notice Date
- 7/28/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, Defense Energy Support Center, 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060-6222
- ZIP Code
- 22060-6222
- Solicitation Number
- SP0600-09-R-0824
- Archive Date
- 9/2/2009
- Point of Contact
- Christopher Loring Pierce, Phone: 7037679411, Martha T. Gray, Phone: 703-767-9415
- E-Mail Address
-
christopher.pierce@dla.mil, martha.gray@dla.mil
(christopher.pierce@dla.mil, martha.gray@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work for Ft. Bragg Gas Distribution Services This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 13.5, use of simplified procedures for the acquisition of supplies and services. The acquisition will be treated as an acquisition of commercial items in accordance with FAR part 12.102(f)(1). The requirements of Part 12 apply subject to the order of precedence provided at 12.102(c). This includes use of the provisions and clauses in Subpart 12.3. This announcement constitutes the only solicitation; Request for Quotes (RFQs) that is being requested and a written solicitation will not be issued and paper copies of this solicitation will not be available. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-32 and the effective date is 31 March 2009. The Government will award a firm fixed contract resulting from this RFQ to the responsible offeror whose offer conforming to the solicitation, will be most advantageous to the Government. The following factors will be used to evaluate offers: Past Performance and Price Past performance :assesses the offeror’s previous experience in the past five years or more providing management and technical support for programs of same or similar complexity/nature. Past performance for private industry can be provided and considered but the focus should be on past performance with the Government in the past five years or more due the the nature of the specific requirements of this Statement of Work (SOW)(Attached). STANDARD The past performance identifies the offeror’s ability to maintain control of a project’s scope, timeline and budget, while maintaining quality of the contract. Past performance identifies relevant successful performance with clients having comparable size, scope and complexity to DLA, and that involved single, multiple and/or concurrent initiatives. Additional, for this procurement, part of past performance evaluation will include Management Approach, Personnel Qualifications and Organizational experience. Price: Price will be evaluated as part of a Best Value Determination. The lowest price MAY NOT necessarily receive the Award. Non-price factor (s) (Past Performance as detailed above) MAY become significantly more important than price. Price MAY become increasingly more important as proposal evaluation ratings for the non-price determinant (s) approach equality between vendors. RFQ SP0600-09-R-0824 incorporates provisions and clauses in effect through Federal Acquisition Circular Acquisition of Commercial Items/Services FAC 2005-32 as amended, effective March 31, 2009. FAR clause descriptions are available via the Internet at http://farsite.hill.af.mil. this acquisition is unrestricted. The applicable North American Industry Classificationi Standard Code (NAICS) is 541614, Size standard for small business is $7 million. This award will be in accordance with (IAW) FAR 6.1, full and open competition. All future information about this acquisition, including solicitation amendments, will also be distributed soley through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information. The solicitation is for the following services in accordance with the attached SOW; Utilities Privatization, Natural Gas Distribution Service The anticipated period of performance is 01 Sep 2009 to 30 Sep 2010. CLAUSES AND PROVISIONS THAT APPLY TO THIS SOLICITATION: The full text of clauses may be accessed electronically at www.acqnet.gov/far. The following clauses and provisions apply to this solicitation: 52.252-2, Clauses Incorporated by Reference (Feb 1998); 52.212-4, Contract Terms and Conditions Commercial Items (Mar 2009); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Mar 2009); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor Cooperation with Authorities and Remedies (Feb 2008); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans (Sep 2006); 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.225-1, Buy American Act-Supplies (Feb 2009); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); 52.212-1, Instructions to Offerors Commercial Items (Jun 2008); 52.212-3, Offeror Representations and Certifications Commercial Items (Feb 2009); 52.215-5, Facsimile Proposals (Oct 1997);.52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); FAR 52.225-16 "Sanctioned European Union Country Services" (Feb 2000); FAR 52.232-33 "Payment by EFT - CCR" (Oct 2003); FAR 252.232-7003 "Electronic Submisson of Payment Requests (Mar 2008); FAR 52.222-41 "Service Contract Act of 1965" (Nov 2007); FAR 52.247-34 "F.o.b. Destination" (Nov 1991); FAR 52.232-17 “Interest” (Oct 2008); FAR 52.242-13 “Bankruptcy” (Jul 1995); FAR 52.242-15 “Stop-Work Order” (Aug 1989); FAR 52.212-3 must be completed and returned with quotes. 52.541-2, 52.241-3, 52.241-4, 52.214-5, 52.241-6, 52.241-7, 52.241-8. 52.241-9, 52.241-10, 52.241-11, 52.241-12 and 52.241-13. * For this Award the Standard Form (SF) 33 will be utilized for the solicitaion, offer and award; SF26, award/contract. All vendors wishing to submit quotes subsequent to the solicitation described herein must be registered in the Central Contractor Registration (CCR) database as well as the Online Representations and Certifications Application (ORCA) database or risk their otherwise-timely quotes being considered non-responsive regardless of its completeness, timeliness or other salient considerations. Offerors are encouraged to obtain further information on CCR and ORCA registrations at the following two websites: http://www.ccr.gov/ and http://orca.bpn.gov/. Quotes are due no later than August 18, 2009, 11:59 pm Eastern Standard Time. Quotes received after this date and time will not be considered for award. The postal mailing address is: DESC-E, Attention:Chris Pierce, 8725 John J. Kingman Road, rm 3937, Fort Belvoir, VA 22060. Quotes may be faxed to (703) 767-2382 (please call and/or email to verify that a fax was sent, the fax machine is a common area fax and the receipt of your fax/quote cannot be verified unless you call and/or email to receive proof of receipt), or email to Christopher.pierce@dla.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SP0600-09-R-0824/listing.html)
- Place of Performance
- Address: Gas Distribution Facility (s), Ft. Bragg, NC 28301, *additional address TBD and provided, Ft Bragg, North Carolina, 28301, United States
- Zip Code: 28301
- Zip Code: 28301
- Record
- SN01889222-W 20090730/090728235050-dfacec3080367a29d6a23ba5a87ca291 (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 |