SOLICITATION NOTICE
J -- Vibration Analysis and Inspection services - Attachment B - Wage Determination - Attachment A - Performance Work Statement - Attachment D - PRS - SF-1449 Document - Attachment C - Equipment List
- Notice Date
- 12/18/2009
- Notice Type
- Presolicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of the Treasury, Bureau of Engraving and Printing (BEP), Office of Acquisition, 14th & C Streets, S.W., Washington, District of Columbia, 20228
- ZIP Code
- 20228
- Solicitation Number
- RFQ-10-0153
- Archive Date
- 2/18/2010
- Point of Contact
- Thomas O'Linn, Phone: (202)874-3238
- E-Mail Address
-
thomas.olinn@bep.treas.gov
(thomas.olinn@bep.treas.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment C - Equipment List SF-1449 Document Attachment D - PRS Attachment A - Performance Work Statement Attachment B - Wage Determination I. OVERVIEW: The solicitation document No. is RFQ-10-0153 and this is a Request for Quote (RFQ). This requirement is a small business set-aside under NAICS code 238220. Only qualified Offerors may submit responses. The Government anticipates making an award prior to February 19, 2010 with services starting March 1, 2010. II. REQUIREMENT: The Contractor shall provide all labor, travel, parts, materials, transportation, equipment, tools, training, supplies and management and supervision and all other items and services necessary to provide quarterly vibration analysis and inspection services, which includes a review of the inspection protocol, and 24x7x365 emergency repair services in support of the BEP's Central Process and Environmental Rotating Assemblies located in its Washington, DC facility (refer to Attachment C for a listing of equipment). These assemblies range in horsepower from 5 to 300 and are mission critical equipment; as a result, it is imperative that this equipment remain operational on a continuous basis. REFER TO THE SF-1449 AND ATTACHMENTS A THROUGH D FOR ADDITIONAL DETAILS. III. RESPONSE INFORMATION: Offerors shall provide the following in response to this solicitation. 1. Sf-1449 signed by an authorized individual of the company and a separate document outlining the following; a. Firm-fixed pricing to perform the quarterly vibration analysis and inspection services for each defined period of performance for the duration of performance. b. A separate document providing the hourly rates and labor categories for the personnel who will provide the emergency repair services. 2. Proposed payment discount terms, 3. A clear discussion of the proposed technical approach which describes and discusses the resources, services, methods, programs to be used in support of this effort. The discussion shall provide sufficient details to readily covey the extent of the Offerors proposed approach and demonstrate a determinable level of the Offeror's ability to perform the work being proposed. If the Offeror's approach involves a joint venture, teaming arrangement, or subcontracting arrangement then the Offeror shall clearly discuss which tasks each company will be performing in support of the effort. a. If applicable, a separate discussion of any assumptions the Offeror took in the development of their response and b. If applicable, a separate discussion of any exceptions to the solicitation terms and conditions and/or any proposed additional terms and conditions. If no exceptions are being taken please provide a statement indicating this. 4. A brief discussion of the Offeror's corporate experience which demonstrates a history and achieved expertise within this field of work. If the Offeror's approach involves a joint venture, teaming arrangement, or subcontracting arrangement then that company's corporate experience shall also be discussed. 5. Past Performance Information: Offerors are to limit past performance information to the past three (3) years. Past performance shall demonstrate that the Offeror is performing or has performed work similar in size, scope and/or complexity to the requirement stated herein. Past performance information provided by the Offeror may include those contracts entered into with the Federal Government, agencies of state and local governments as well as commercial customers. If the Offeror's approach involves a joint venture, teaming arrangement, or subcontracting arrangement then the Offeror shall provided past performance information of that company as well. IV. SITE VISIT: A site visit will be held on the following date at the following location: Date: January 20, 2010 Time: 8:30 a.m. Eastern Standard Time Location: Bureau of Engraving and Printing Eastern Currency Facility 14th & C Streets, S.W. Washington, DC 20228 Offerors wanting to attend the site shall submit a written request including the names, title and contact information of the individuals who are to attend to the Contract Specialist listed herein. Site Visit requests are to be submitted no later than 1:00 P.M. Eastern Standard Time January 14, 2010. Offerors are limited to two (2) attendees. During the site visit, attendees will be accompanied by Government personnel and given a tour of the site where services are to be performed. The Government will provide some general explanations concerning the work. However, no questions will be answered during the site visit. Therefore, it is recommended that individuals attending the site visit bring writing materials in order to write down questions they may have in order to submit them later to the Contract Specialist listed in herein. Individuals attending the site visit shall bring at least one (1) piece of photo identification and arrive at least thirty (30) minutes prior to the site visit start time in order to clear security. The Government will not be obligated to pay for any expenses incurred by the Offeror in connection with attending the site visit or any other aspect of responding to this RFQ. V. QUESTIONS DEADLINE: All questions are to be submitted to the Contract Specialist Thomas O'Linn either via email to Thomas.olinn@bep.treas.gov or via fax at 202-874-2200 no later than 10:00 A.M. EST January 25, 2010. VI. DUE DATE: Responses to this solicitation shall be submitted to the Contract Specialist listed herein no later than 10:00 A.M. EST February 3, 2010. VII. POINT OF CONTACT: Offerors shall send their response to the solicitation to the attention of Contract Specialist listed herein either via e-mail Thomas.olinn@bep.treas.gov, fax at (202)-874-2200 or via post at Bureau of Engraving and Printing, Office of Acquisition, 14th and C Streets SW, Room 705-A, Washington, DC 20228-0001. VIII. EVALUATION & AWARD: 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 non-price factors considered. Offerors will be evaluated on the following non-price factors; technical approach and past performance and corporate experience. The non-priced factors, when combined, are more important when compared to price. However, the strength of the Government's preference for such non-price factors depends on the marginal cost of obtaining higher technical merit. The BEP reserves the right to award to other than the lowest offer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/RFQ-10-0153/listing.html)
- Place of Performance
- Address: Bureau of Engraving and Printing, 14th and C Streets S.W., Washington, District of Columbia, 20228, United States
- Zip Code: 20228
- Zip Code: 20228
- Record
- SN02027705-W 20091220/091218235329-a22a97e9a7aa5909dcf15d21f893ca1b (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 |