Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2012 FBO #3861
SOLICITATION NOTICE

J -- Telecommunication Installation for Northern Pueblo Agency

Notice Date
6/18/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA - Navajo Regional Office Division of Acquisition P. O. Box 1060301 W. Hill Rm 346 Gallup NM 87305
 
ZIP Code
87305
 
Solicitation Number
A12PS01458
 
Response Due
7/9/2012
 
Archive Date
6/18/2013
 
Point of Contact
Mary Jim Contract Specialist 5058638257 ;
 
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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation No. A12PS01458 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59. Total set-aside for Small Business, NAICS 238210, Size standards in millions of dollars $14.0. DESCRIPTION: The contractor shall provide services consisting of furnishing all labor, materials, equipment, supervision, transportation and incidentals necessary to install telecommunication line for a new building at Northern Pueblos Agency in Espanola, New Mexico, in accordance with the Statement of Work. Statement is attched. FAR 52.212-02: Evaluation -Commerical Items: (a) 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 following factors shall be used to evaluate offers: In the order of importance are the listed evaluation factors: Factor I - Technical Capability Factor II - Management Capability Factor III - Past Experience Factor IV - Familiarity of the school or location Factor V - Past Performance In accordance with FAR 15.101-1, Best Value, Tradeoff Process. All non-price factors weight more than cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an 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. M.1 52.217-05, Evaluation of Options: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. M.2 Evaluation Factors for Award: Award will be made on the basis of the best value trade off evaluation meeting the technically acceptable standards of all the non-price factors. The evaluation factors other than cost or price when combined, are significantly more important than cost or price. The Government intends to select the Best Value offer on the basis of initial offers received, without discussions. Offerors may be given the opportunity to clarify certain aspects of quotes (e.g., the relevance of an offeror's information to resolve minor or clerical errors.) M.3.Evaluation The Government will be utilizing a best value trade off proceedures as required under FAR 15.101-1. The Government will evaluate all offers to determine technical acceptability quote with the evaluated price. Each Non-Price Factor will be rated with adjectives (see M.5 for rating scale). M.4.Evaluation Factors Factor I - Technical Capability Factor II - Management Capability Factor III - Past Experience Factor IV - Past Performance FACTOR I -Technical Capability Proposal: The Technical Capability should have as much details as the offeror considers necessary to fully explain the proposed technical approach. The technical proposal should reflect a clear understanding of the nature of the work to be performed. The proposal shall assess the offeror's understanding of the Bureau of Indian Affair's goals for the project and an understanding of the Statement of Work (SOW). The proposal should include, but not limited to the following: a.Knowledge and understanding of the requirements outlined in the SOW. b.Understanding of general and local conditions which can affect the SOW. c.Logical sequence of steps and/or specific techniques to accomplish all required tasks specified in the SOW. d.Capability to produce deliverables in response to the SOW. e.Schedule of project task(s) that accommodates regular site activities, i.e., maintenance, etc. FACTOR II - Management Capabilities/Key Personnel Qualifications Each offeror shall submit a plan consisting of a narrative explanation of their proposed on-site approach to project management and coordination; and cost control measures on change orders and how they are proposed and tracked. Each offeror will be required to provide the relevant experience and knowledge of key individual(s) of the project team who will be assigned directly to the project. This factor will assess the proposed key personnel qualifications and submit a resume for all key personnel. The assessment will consider whether the proposal provides an adequate number of appropriately qualified personnel to meet the technical, management and support requirements of the SOW. The Offer should include, but not be limited to the following description: a.Describe the method and criteria you plan to use to select qualified subcontractors to ensure an appropriate level of experience and expertise for the project. b.Describe your project schedule and plan indicating where you will start the project and how you plan to proceed to the next project location for each of the project sites identified in the SOW. c.Offeror's projected schedule of the project, including steps within each phase and their estimated duration time. Project Schedule note critical path. FACTOR III - Past Experience: Demonstrated Project Experience in accordance with the SOW. Listing at least last three projects of a similar nature with contact telephone information. Specialized experience with rural communities and alternative onsite systems should be highlighted. The examples should describe the difficulty of the project. FACTOR IV -Past Performance: Offeror shall provide at least 3 to 5 reference and/or copies of Performance Evaluation (SF-1420) for similar size, scope, and complexity of work completed within the last three (3) years. Preferably work should be with Federal Agencies. List the contract numbers; contract amount; brief description of work; name of Government (Federal) Agency; point of contacts; addresses; and current telephone and fax numbers. This factor is the quality of work and depth of relevant experience of the offeror previously completed projects on project management, coordination, compliance, timeliness, dollar value, and related contracts requirements. References will be contacted and must be capable of providing first hand information to substantiate the satisfactory completion of the offeror's past performance. Award will be made to the lowest priced offeror, who's quote conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. CONTRACT CLAUSES: The following FAR Clause including all addenda applies to this acquisition: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-4 - Contract Terms and Conditions-Commercial; 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.232-1, Payment; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.232-36, Payment by Third Party (May 1999);52.222-03, Convict Labor; 52.222-21, Prohibition of segtrated Facilities; 52.222-26, Equal Opportunity; 52.225-01, Buy American Act; 52.229-3, Federal, State, and Local Taxes (April 2003); 52.219-6, Total Small Business Set-Aside; 52.222-41, Service Contract Act. The following Department of Interior provisions and clauses apply to this solicitation: DIAR 1452-204-70, Release of Claims - Department of the Interior; 1452.226-71, Indian Preference Program; 1452.226-70, Indian Preference. The Federal Acquisition Regulations clauses and provisions are available on the website at http://www.arnet.gov/far or may be requested from the Contracting Officer. Sign and date offers with a complete copy of FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items, are due at the Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition, Attention: Mary J. Jim, P. O. Box 1060, Gallup, New Mexico 87305 by close of business, Local Time, July 9, 2012, due to emergency response, the response time has been shortened. Offers submitted by facsimile and email (mary.jim2@bia.gov) will be accepted, the fax number is (505) 863-8382. Any further questions regarding this announcement may be directed to Mary J. Jim, Contracting Officer, at (505) 863-8357, by fax at (505) 863-8382. All contractors submitting offers must be registered in the Central Contractor Registration (CCR) in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the CCR, go to: http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS01458/listing.html)
 
Place of Performance
Address: Espanola, NM
Zip Code: 875334269
 
Record
SN02778100-W 20120620/120618234312-8e74efd49eb824d9b8134eb511d79c85 (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.