Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2010 FBO #3171
MODIFICATION

J -- Maintenance & Repair Services (Electrical Switchgear) - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1

Notice Date
7/29/2010
 
Notice Type
Modification/Amendment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation 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-10-0314
 
Archive Date
9/16/2010
 
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 A - PWS Attachment C - Equipment List Attachment B - Wage Determination Attachment D - PRS Attachment E - Pricing Schedule I. OVERVIEW: 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 constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44 including amendments effective July 8, 2010. The solicitation document number is RFQ-10-0314. This requirement is under NAICS code 238210 and is a 100% small business set-aside. Only qualified Offerors may submit a response. The anticipated contract type is a firm fixed price contract for maintenance and emergency services. The Government anticipates making an award prior to October 8, 2010 with the period of performance starting November 1, 2010. II. REQUIREMENT: The BEP requires a Contractor to provide maintenance services and emergency service in support of its central G.E. 15kV distribution switchgear and other central G.E. and Cutler Hammer distribution switchgear (hereinafter "Equipment") located at the BEP's Washington DC facility (see Attachment A for a listing of Equipment in order to keep the Equipment fully operational at all times. Refer to the following Attachments and Exhibits for specific information: Attachment A - Performance Work Statement (PWS) Attachment B - Wage Determination No. 2005-2103 Revision No. 10 Attachment C - Equipment List Attachment D - PRS Attachment E - Pricing Information III. RESPONSE INSTRUCTIONS: To aid in evaluation, responses shall be clearly and concisely written as well as being neat, indexed (cross-indexed as appropriate) and logically assembled. All pages of each part shall be appropriately numbered, and identified with the name of the offeror, the date, and the solicitation number to the extent practicable. Quotes are to be formatted using the following applications: Microsoft Word and Excel. An Offeror's overall response shall consist of 3 volumes, individually entitled as stated below. Each volume will be submitted as a separate file. Multiple electronic files may be submitted for each volume; however, each file must clearly identify the area (volume) to which it is responsive. Offerors are advised that the submission of your response in an electronic format is required. Failure to furnish a full and complete offer as instructed may result in the Offeror's response being considered unacceptable, therefore eliminated from further consideration and award. A Volume 1 - Pricing & Reps & Certs (a) General: Volume I consists of the actual offer to enter into a contract to perform the desired work. It also includes required representations, certifications, and acknowledgments. (b) Format and Content: Volume I shall include the following documents (in the order listed): (1) Signed Cover Letter: The person signing the Cover letter must have the authority to commit the Offeror to all of the provisions of the quote, fully recognizing that the Government has the right, by terms of the solicitation, to make an award without further discussion if it so elects. Submission of electronic quotes will constitute submission of signed copies of the required documents. (2) Completed Attachment E - Pricing. Attachment E consists of the Offeror's proposed pricing to perform the required work, as set forth in the Performance Work Statement ("PWS") as follows; a. A firm-fixed price to perform the Maintenance services on the Equipment for each period of performance. The proposed fixed price shall correspond to the Offeror's proposed technical approach. b. Proposed labor categories and hourly rates, including hourly rates for both normal and non-business hours for responding to emergency service requests and c. A firm-fixed price for responding to, assessing the situation (e.g. inspecting the equipment), diagnosing the issue, and providing a quote in response to emergency repair requests - refereed in Attachment A Section IV.2.4.4 as Response Fee. (3) Offeror Representations and Certifications, and Other Statements of Offerors (Reps & Certs) (see FAR Provision 52.212-3. If the Offeror has completed their Reps & Certs online at OCRA (https://orca.bpn.gov/) then they do not need to include a copy with their response, instead they must provide a statement in the Signed Cover letter stating that ‘Reps & Certs have been completed online at OCRA'. B Section II, Technical (a) General: No cost/price information is to be included with this volume of an Offeror's response. There is a thirty-five (35) page limitation for this volume. (b) Format and Content: Volume II, Technical, shall include the following components: (1) Table of Contents. A suitable table of contents shall be provided for ready reference. No materials shall be incorporated by reference that are not included in the Technical volume submitted. Each part should stand alone. (2) Technical Approach: The offeror shall discuss their proposed technical approach to accomplishing each of the work areas described in the Performance Work Statement (PWS). The technical discussion shall be provided in sufficient and precise detail to readily and clearly covey the extent of the Offerors proposed technical approach and demonstrate a determinable level of the Offeror's ability to perform the work being proposed successfully throughout the duration of performance. In particular, Offerors are to include in the technical approach the minimum number of and type of equipment that will be maintained during each period of performance. Overall, Offerors are encouraged to propose solutions that will reduce costs, reduce time and effort, specifically given the limited time available for equipment to be completely shutdown (e.g. BEP Y.E.S. period, long weekends). a. Overview: Describe and discuss the resources, services, methods, programs, etc that will be used in performing the services descried in the PWS (e.g. Safety approach, Quality approach and Management approach, Transition approach). In addition, discuss the warranty to be provided for both parts and labor to be provided in support of this effort. b. Central G.E 15kV equipment: Provide a detailed and through discussion of the specific maintenance tasks that will be performed on the Central G.E 15kV distribution switchgear, which is to be performed on a biennial, every odd calendar year basis. c. G.E. and Cutler Hammer equipment: Provide a detailed and through discussion of the specific maintenance tasks that will be performed on the central G.E. and Cutler Hammer, which is to be appropriately planned, scheduled and coordinated with the COTR. d. Emergency services: A detailed and through discussion of how emergency services will be provided in support of both types of equipment. IMPORTANT: For Maintenance services Offerors shall clearly indicate or state whether or not the proposed work will require shut down of the power to the equipment or not. (3) Exceptions and Deviations - This component shall identify any exceptions or deviations taken, or conditional assumptions made with respect to the requirements of the solicitation. Any exceptions, deviations, or conditional assumptions taken must contain sufficient amplification and justification to permit evaluation. All benefits to the Government shall be explained for each exception taken. Such exceptions will not, of themselves, automatically cause a quote to be termed unacceptable. However, a large number of exceptions, or one or more significant exceptions not providing benefit to the Government may result in rejection of the quote(s) as unacceptable. C. Volume III- Past Performance (a) General: No cost/price information is to be included with this volume of an offeror's response. There is a seven (7) page limitation for this volume. (b) Format and Content: The Offeror shall submit the following information as part of their quote for their organization as well as any proposed major subcontractors or teaming partners: (1) A list of no more than three (3) contracts or subcontracts, similar in labor mix, level of complexity, and scope as described in the PWS, completed or in process during the past three (3) years. Contracts or subcontracts listed may include those entered into by the Federal Government, agencies of state and local governments, and commercial customers. Offerors that are newly formed entities without prior contracts should include a statement to that matter. Include the following information for each contract and subcontract: 1. Name of contracting activity/company. 2. Contract/Subcontract number. 3. Contract/Subcontract type. 4. Total contract/subcontract value. 5. Contract/subcontract work/description of the contract. 6. Current Contracting Officer/Contracts Manager and telephone number. 7. Current Contracting Officer Technical Representative/Program Manager and telephone number. 8. List of major subcontractors, if any. 9. The period of performance for each contract provided as a reference. The Offeror may also provide information on problems encountered and the corrective actions taken to resolve those problems concerning the contracts and/or subcontracts identified above. IV. SITE VISIT: A site visit will be held on the following date at the following location: Date: August 18, 2010 Time: 8:00 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 2:30 P.M. Eastern Standard Time August 12, 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 either electronically or via facsimile to the attention of the Contract Specialist listed herein no later than 2:00 P.M. EST August 20, 2010. VI. RESPONSE DUE DATE: Responses to this solicitation shall be submitted either electronically or via facsimile to the attention of the Contract Specialist listed herein no later than 12:00 P.M. EST September 1, 2010. VII. POINT OF CONTACT: The primary point of contact for this solicitation is Thomas O'Linn, Contract Specialist who can be reached via telephone at 202-874-3238, via e-mail at Thomas.olinn@bep.gov or via fax at (202)-874-2200. VII. 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. 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-10-0314/listing.html)
 
Place of Performance
Address: 14th and C Streets S.W., Washington, District of Columbia, 20228, United States
Zip Code: 20228
 
Record
SN02222399-W 20100731/100729235614-aecd57cd08cf565b2666bcee33b15ea7 (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.