Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2012 FBO #3905
SOLICITATION NOTICE

W -- TENTS - Package #1 - Package #2

Notice Date
8/1/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
314912 — Canvas and Related Product Mills
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Gulf Coast Recovery Office (GCRO), 500 C Street SW, Patriots Plaza -- 2nd Floor, Washington, District of Columbia, 20472, United States
 
ZIP Code
20472
 
Solicitation Number
HSFELA-12-R-0012
 
Point of Contact
Neddra Tucker, Phone: 337-263-4718
 
E-Mail Address
neddra.tucker@fema.dhs.gov
(neddra.tucker@fema.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment B- Past Performance Questionaire Attachment A - Price/Cost Schedule B COMBINED SYNOPSIS/SOLICITATION HSFELA-12-R-0012 TENTS DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.106, as supplemented with additional information included in this notice. The Department of Homeland Security Federal Emergency Management (FEMA) Louisiana Recovery Office (LRO) is releasing this combined synopsis/solicitation electronically only. This electronic version of the Request for Proposal (RFP) is the official version for this acquisition. This announcement constitutes the only solicitation; proposals are being requested. Offerors are encouraged to check the Federal Business Opportunity (FEDBIZOPS) website at http://www.fedbizops.gov for any amendments to this combined synopsis/solicitation. All questions must be in writing and received by the Contracting Office no later than 12 noon, August 3, 2012. No telephonic requests will be accepted. The email address for submission of all questions is neddra.tucker@fema.dhs.gov. All responses to questions will be posted by way of an amendment to this combined synopsis/solicitation to the FEDBIZOPS websites no later than 12 noon, August 7, 2012. All questions must be addressed to the Contracting Officer/Specialist only. Any other official may disqualify the offeror from submission of a proposal. NO EXCEPTIONS. Proposals are due no later than 12 noon CST on August 14, 2012. Offerors shall submit two copies of their proposal and the Representations and Certifications (FAR 52.212-3) in person or by mail to the following address: FEMA/ LRO Acquisitions: Attn: Neddra P. Tucker 1500 Main St. Baton Rouge, LA 70802 (337) 263-4718 Fax: (225) 267- 2504 Solicitation Number HSFELA-12-R-0011 is issued as a request for proposal (RFP) and is 100% set aside for Local Louisiana Small Businesses. The award will be a Firm Fixed Price Blanket Purchase Agreement (BPA). Award date is expected to be no later than Thursday, August 30, 2012. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulations (FAR) 2010-07. The NAICS code assigned to this project is 314912 "Canvas & Related Product Mills" and the size standard is $5,000,000. The requirement is for the FEMA LRO Tents. STATEMENT OF WORK FOR FEMA LATRO TENTS I. Background The Federal Emergency Management Agency (FEMA) Louisiana Recovery Office's (LRO) objective is to administer the full range of Stafford Act programs in an efficient and timely manner, and respond to emerging needs that are vital to Louisiana's recovery. Based on historical data, there are requirements that can be anticipated to support FEMA's response and recovery efforts related to a disaster or emergency event. This blanket purchase agreement (BPA) will be utilized at various sites in Louisiana for response and evacuation purposes. Individual task orders will specify the number of tents for each requirement. The contractor shall have all equipment mobilized and ready for use within 24 hours of task order issuance. II. Scope The contractor shall provide all equipment, personnel, tools, equipment, materials, transportation and supervision required to provide the tents specified in Section III. The tents shall be installed on concrete slabs. The contractor shall not drill into the concrete slabs; the contractor is responsible for providing alternative installation methods. In most instances, the contractor will be notified prior to the disaster occurring. Therefore, the contractor shall ensure that all equipment is removed or secured prior to the disaster occurring to ensure the safety of individuals and surrounding structures. Mobilization and demobilization shall be included in the total cost for the rental period. The tents shall be delivered to the designated site(s) clean and ready for use. The contractor shall ensure that all work and tents are in compliance will all applicable local, state, and federal laws and regulations. III. Specifications The tents shall be installed on concrete slabs. The contractor shall not drill into the concrete slabs; the contractor is responsible for providing alternative installation methods. CLIN Quantity CLIN Description 0001 1 Installation and removal of a 20'ft wide and 40'ft long; 10'ft maximum height pitch; heavy-duty; flame retardant surface; UV stability; off-white tent. Tent shall be able to withstand a minimum of 40 mph winds. 0002 1 Installation and removal of a 30'ft wide and 40'ft long; heavy-duty; flame retardant surface; UV stability; off-white tent. Tent shall be able to withstand a minimum of 40 mph winds. Additional tents may be needed. Contractor shall provide the additional units within twenty-four (24) hours of notification. IV. Period of Performance The period of performance shall be one (1) year from date of award with two (1) year option periods. V. Place of Performance The primary place of performance shall be the Louis Armstrong New Orleans International Airport; address listed below. Additional sites may be identified by the Government to meet the agency's need. Louis Armstrong New Orleans International Airport 900 Airline Dr Kenner, LA 70062 INVOICES A summary invoice shall be submitted at least monthly or upon expiration of this BPA, whichever occurs first, for all deliveries made during a billing period and for which payment has not been received. Copies or delivery tickets are needed support these invoices. EVALUATION FACTORS: I. BASIS FOR AWARD The Government's source evaluation will be based on a best-value trade-off process. Accordingly, award will be made to the responsible and technically acceptable Offeror whose proposal provides the greatest overall value to the Government, price and technical (non-cost) factors considered. This process permits tradeoffs among price and technical (non-cost) factors and allows the Government to accept other than the lowest priced proposal. II. EVALUATION FACTORS A. Technical (non-cost) Factors- The technical factors are of equal importance. Factor 1- Technical Approach Factor 2- Past Performance B. Cost or Price Factors Factor 3- Price III. EVALUATION CRITERIA A. Technical Factor 1-Technical Approach The Offeror's technical approach will be evaluated by assessing the likelihood that the proposed technical approach will meet the Government's requirements. This factor will be used to evaluate the degree to which the Offeror's proposed technical approach meets all requirements. The Government will evaluate the Offeror's strengths, weaknesses and risks of the Offeror's technical approach in addressing the following: • Specifications for the proposed equipment to include at a minimum the make and model. • Plan to ensure that the required equipment is provided although resources may be scarce as result of a disaster. Factor 2-Past Performance Offerors shall submit completed and signed Past Performance Questionnaires, Attachment B, to identify two (2) contracts/task orders for consideration of past performance. Past performance will be evaluated on the basis of the Offeror's relevant experience during the last three years. The government will evaluate each Offeror's past performance in providing services, which are of similar nature to the work to be performed under the requirement described in this solicitation. Specifically, jobs that are of similar scope, complexity, contract type, and period of performance, in relation to the requirements of this solicitation are of particular interest to the government. The Offeror shall provide summaries for the submitted Questionnaires. The summaries shall include the following: • Contracting Agency (Company), address and phone number. • Point of contact name • Contract number and type of contract • Date of contract, period of performance, and place of performance • Project value The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, paragraph (a). The clauses identified in paragraph (b) are included in the "Additional Terms and Conditions" attached to this posting. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Vendors must be currently registered and have a valid certification in the Online Representation & Certification Application (https://orca.bpn.gov) as well as have a current Central Contractors Registration (CCR) at www.ccr.gov before an award could be made to them. Solicitation closing date is August 14, 2012. All quotes must be received by 12:00 noon Central Standard Time. Offerors are reminded to insure your FEDEX or DHL package arrives on time. The FEMA/LRO Office is open from 730AM - 500PM CST Monday through Friday. Hand delivered packages must be delivered to the main entrance gate at the corner of S. 16th and Laurel St., BR, LA 70802. Any questions pertaining to this solicitation must be addressed to: neddra.tucker@fema.dhs.gov. The Government reserves the right to award the contract without holding discussions. Offerors shall submit two copies of their quote and the Representations and Certifications (FAR 52.212-3) in person or by mail to the following address: FEMA/ LRO Acquisitions Attn: Neddra P. Tucker 1500 Main St. Baton Rouge, LA 70802 Phone: (337) 263-4718 Fax: (225) 267- 2504
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/GC001/HSFELA-12-R-0012/listing.html)
 
Place of Performance
Address: Louisiana, United States
 
Record
SN02822497-W 20120803/120801235156-1bf45be0ab0f3a15d0f5d675a32fd81c (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.