Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2010 FBO #3046
SOLICITATION NOTICE

19 -- Barry's Landing Floating Comfort Station

Notice Date
3/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - BICA - Bighorn Canyon National Recreation Area PO BOX 7458 ( 5 Avenue B ) Fort Smith MT 59035
 
ZIP Code
59035
 
Solicitation Number
N132A102043
 
Response Due
4/26/2010
 
Archive Date
3/26/2011
 
Point of Contact
Jay G. Tobin Contract Specialist 4066663321 Jay_Tobin@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6 as supplemented with additional information included in this notice and is current to include the latest Federal Acquisition Circular (FAC). This announcement constitutes the only solicitation issued as Request for Proposal (RFP) N132A102043. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFP are those in effect through the current FAC and are available in full text through Internet access at http://www.arnet.gov/far. This acquisition is a 100% small business set-aside. The National Park Service encourages the participation of disadvantaged, veteran and women owned business enterprises. The North American Industry Classification System (NAICS) code for this project is 321992 with a size standard of 500 employees. This acquisition will utilize a Technical/Quality - Price Trade-off technique to make a best value award decision. Price and Technical/Quality are both treated as approximately equal areas and may be traded off, one against the other, to determine the best value for the Government. PROPOSALS ARE DUE for this combined synopsis/solicitation on April 26, 2010 at 4:30 PM Mountain Time and shall be delivered by the specified time to the National Park Service, Bighorn Canyon National Recreation Area, 5 Avenue B (P.O. Box 7458), Ft. Smith, MT 59035, ATTN: Contracting Office. It is extremely important that envelopes or packages containing the offeror's proposal be clearly labeled "PROPOSAL ENCLOSED". Faxed proposals are not allowed. Proposals must include company name, DUNS number, address, phone and fax number, email address, and official point of contact. All proposals must be signed by authorized company official and dated. All questions regarding this solicitation should be emailed to Jay_Tobin@nps.gov. No telephone questions accepted. Bighorn Canyon National Recreation Area has a requirement to procure a Floating Comfort Station (consisting of dock structure, prefabricated restroom building, and double wall waste vaults) to be delivered to Barry's Landing, approximately 30 miles northeast of Lovell, Wyoming on Highway 37. The Government reserves the right to make an award without discussions. Any award resulting from this solicitation will be a Firm-Fixed-Price type contract. The project is comprised of two line items; project specifications and attachments, including drawings and site photos, are available via e-mail upon request from Jay_Tobin@nps.gov: Line Item 0001: Design. Line Item 0002: Assembly, Delivery and Launching. INFORMATION TO BE SUBMITTED BY CONTRACTOR:Barry's Landing Floating Comfort Station Bid Schedule Breakdown: CLIN 0001, Design: $______________________ CLIN 0002, Assembly, Delivery and Launching:$______________________TOTAL: $______________________Discount/payment/prompt payment terms:_______________________ Offerors must review and comply with the FAR Provisions/Clauses which apply to this solicitation. The full text of these may be accessed electronically at the website: http://www.arnet.gov/far. The following provisions and clauses are specifically referenced in this acquisition and are required in the response to this solicitation. They will remain in full force in any resultant award: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (JUNE 2008), is included in its entirety by reference herein and supplemented to include the following additional information: The Government reserves the right to revise or amend the Statement of Work or the Solicitation prior to the proposal closing time. Such revisions or amendments will be communicated by modifications to the Request for Proposal. If such modifications require material changes in services or prices, the proposal closing date may be postponed by enough days to enable offerors to revise their proposals. In such cases, the amendment will include an announcement of the new closing date and time. Modifications will be posted on the Internet with the solicitation documents without notice. Offerors are responsible for accessing all amendments prior to the proposal submission. Although a formal on-site pre-proposal conference will not be conducted, prospective offerors are encouraged to visit the project site at their discretion prior to submitting a proposal. Directions are provided in the project specifications and no escort is required, however arrangements can be made for an informal tour of the site upon request. (Contact Michael_Durtsche@nps.gov for assistance.) Offerors are to submit the information described in this section for review and evaluation by the Government. All proposal materials shall be submitted in original and three copies. To aid in the evaluation process, proposals shall be complete, comprehensive and clearly presented. Proposals shall be neat, indexed (cross indexed as appropriate) and assembled in an orderly manner. Elaborate art work, expensive paper/binding, and expensive visual and other presentation aids are neither necessary nor desired. All pages shall be appropriately numbered and identified with the RFP number. The offeror agrees to hold the prices in its offer firm through a period of not less than 30 days. The maximum number of pages in the proposal shall be 50 with font size no smaller than 10 point. Proposals are to be on 8 x 11 inch paper, the maximum extent practicable. No material shall be incorporated by reference or reiteration of the RFP. Format:1. Cover Letter to include solicitation number; Company name and address; name, title, telephone number, fax number, and e-mail address of person(s) authorized to negotiate on the Offeror's behalf with the Government in connection with this solicitation. 2. Table of Contents, listing all section of the proposal: * Acknowledgement of all solicitation modifications/amendments by number and date* Representations, Certifications and Other Statements of Offerors* Technical proposal addressing each of the Non-Price Factors o Technical Ability and Project Management o Prior Experience o Past Performance* Price Proposal Each offeror may submit multiple offers (e.g., with alternative terms and conditions); each proposal package is required to contain one original and three copies per offer. Technical/quality (non-price related) submission requirements are listed in relative order of importance. When combined, these evaluation factors are approximately equal in importance to price. 1. TECHNICAL PROPOSAL (NON-PRICE FACTORS) A. Technical Ability and Management ApproachSubmit a narrative describing how your company will approach, perform, and complete the project. Approach should include details on the actual design, assembly, and delivery processes referencing Quality Control/Quality Assurance, safety, and accident prevention, meeting delivery schedules, and the management and coordination of subcontractors. Offers should provide an organization chart showing the functional relationship of project team members as well as resumes of key personnel that document their qualifications and experience relative to the work that will be required under this proposed contract. Include a list of proposed key subcontractors and their qualifications, rationale for subcontractor selection, preliminary project schedule, plus any other additional information deemed appropriate by the offeror. Offerors should address any foreseen safety concerns and proposed methods to alleviate them. B. Prior Experience"Prior Experience" is differentiated from "Past Performance" in that this is factual, documented information about specific work the contractor has performed, which indicates their technical ability to accomplish the work. Provide descriptions of up to five projects your company has completed within the last five years that are similar to this project in size, scope and dollar value and which demonstrate the technical, management and financial capability and responsibility to complete this project in a timely and effective manner. Projects considered similar include dock and floating restroom building system design, assembly, and delivery including but not limited to the dock, restroom structure, waste vaults, structural components, and appurtenances required for a fully functional floating restroom. C. Past Performance Past Performance is a measure of the degree to which a contractor has satisfied its customers in the past. Provide references for the projects submitted above including name, phone number and email. Provide any ratings, awards, letters, etc. which support past performance on these projects. The government may use other tools such as CPS, CPAR, CCASS, PPIMS & Dun and Bradstreet to gather additional documentation of past performance. 2. POST-AWARD/PRE-PERFORMANCE CONFERENCEA pre-performance telephone-conference shall be scheduled at a date and time to be designated by the Contracting Officer issuing this RFP prior to the commencement of any work under the contract which will be awarded as a result of this solicitation and offer. The Contractor or his duly authorized representative shall be required to participate. 3. DEBRIEFING OF UNSUCCESSFUL OFFERORSUnsuccessful offerors may request telephone debriefings by providing a written request to the Contracting Officer in accordance with FAR 15.506(a)(1). Debriefings shall be conducted after notice of an award.Debriefings are conducted with the goal of identifying to unsuccessful offerors where changes can be made to improve future proposals. To that end, debriefings requested will be conducted with only one offeror at a time. Offerors requesting a debriefing shall provide their questions in writing in advance of the debriefing. The debriefing shall be confined to a discussion of the offeror's proposal, its strong and weak points in relation to the requirements of the solicitation. 4. DISPOSITION OF UNSUCCESSFUL PROPOSALSIn compliance with FAR Subpart 4.8, the Government will retain one hard copy of all unsuccessful proposals. Extra copies of such unsuccessful proposals will be destroyed by the Government. End of Provision; 52.212-2, EVALUATION OF COMMERCIAL ITEMS (JAN 1999), 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 government reserves the right to evaluate proposals and award a contract without discussions with offerors. Proposals shall be evaluated on the following basis: An evaluation board will evaluate the proposals. Offerors are advised that the technical/quality evaluation will be conducted in strict confidence and that the technical/quality packages will be evaluated without prior knowledge of the price offered. The number and identity of offerors are not revealed to anyone who is not involved in the evaluation and award process or to the other offerors. Proposals will be evaluated based on the factors described and the basis of award is the tradeoff process as described below. The evaluation process consists of four parts: (1) proposal compliance review and responsibility determination, (2) technical/quality evaluation, (3) price evaluation and (4) price/technical tradeoff analysis. Proposal Compliance Review: This is an initial review to ensure that all required forms and certifications are complete and that both technical and price proposals were received. Technical/Quality Evaluation: The Evaluation Board will evaluate and rate the proposals against the RFP requirements. Factors will receive adjectival ratings of Unsatisfactory, Marginal, Satisfactory or Exceptional. A. Technical Ability and Management ApproachThe evaluation board will evaluate the proposed management approach. Approaches that demonstrate a clear understanding of the work, highly qualified on-site team supported by appropriate resources, and an ability to coordinate resources to ensure successful pursuit and completion of the work will be considered to meet the RFP requirements. Narratives that do not demonstrate a clear understanding of the work, that do not demonstrate a capability to coordinate resources, or that do not demonstrate appropriate capacity will be considered to not meet the RFP requirements. The board will also evaluate the clarity, adequacy, capabilities and strengths of the offeror's proposed subcontracting plan, if any. B. Prior ExperienceThe evaluation board will evaluate the extent and quality of recent experience identified in the proposal. Documentation of successful completion of projects considered similar in size, scope and dollar value will be considered to have met the minimum requirements. Proposals that do not include substantial evidence that the offeror has the experience, qualifications and production capabilities to successfully execute this project will be considered to not meet the minimum requirements of the RFP. Experience that demonstrates expertise in the design, assembly, and delivery of fully functional floating restrooms that need to be custom fit to match and connect to existing dock structures may receive additional consideration. C. Past Performance The evaluation board will evaluate the degree of successful completion of the experience identified in the proposal. Documentation of satisfactory past performance of projects considered similar in size, scope and dollar value will be considered to have met the minimum requirements. Proposals that do not demonstrate satisfactory past performance will be considered to not meet the minimum requirements of the RFP. Past performance that demonstrates satisfactory and above performance in the design, assembly, and delivery of fully functional floating restrooms that need to be custom fit to match and connect to existing dock structures and construction quality assurance may receive additional consideration. The government may use other tools such as CPS, CPAR, CCASS, PPIMS & Dun and Bradstreet to evaluate past performance. Price Evaluation: The evaluation board will evaluate price proposals independent of and following completion of the technical quality evaluations. The evaluation board will evaluate the price for both reasonableness and realism. Price/Technical Tradeoff: After all the above evaluations are complete, the evaluation board will compare the relative advantages and disadvantages of the technical proposals and compare prices. The intent is to select the proposal offering the best value to the Government. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror with the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before offer's specified expiration time, the Government may accept the offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. End of Provision; 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, the offeror must include a completed copy of this provision with their quote or state that they are located on website: http://www.bpn.gov/; 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS;The following clauses are added as an addendum to 52.212-4:FAR 52.252-2, CLAUSES INCORPORATED BY REFERENCE;FAR 52.252-6, AUTHORIZED DEVIATIONS IN CLAUSES; 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS, applies to this acquisition including 52.222-3, Convict Labor, 52.225-13, Restriction on Certain Foreign Purchases, 52.233-3, Protest After Award, 52.233-4, Applicable Law for Breach of Contract Claim, and incorporating the following Paragraph (b) clauses:52.219.06, Notice of Total Small Business Set-Aside;52.222-19, Child Labor-Cooperation with Authorities and Remedies;52.222-21, Prohibition on Segregated Facilities;52.222-26, Equal Opportunity;52.225-01, Buy American Act (Supplies);52.232-33, Payment by Electronic Funds-Central Contractor Registration. Prospective contractors must be registered in the electronic Central Contractor Registration Database (www.bpn.gov/ccr ) prior to award of a government contract. Offerors are further advised that failure to register in this Central Database will render your firm ineligible for award. Registration requires applicants to have a DUNS number. Recommend registering immediately in order to be eligible for timely award. END OF COMBINED SYNOPSIS/SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N132A102043/listing.html)
 
Place of Performance
Address: Barry's Landing is located approximately 30 miles northeast of Lovell, WY on Highway 37
Zip Code: 82431
 
Record
SN02103647-W 20100328/100326234634-fc8c1f0608c475bb789ec4e71358e72a (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.