SOLICITATION NOTICE
W -- Emergency Incident Equipment Rental BOA
- Notice Date
- 8/2/2012
- Notice Type
- Presolicitation
- NAICS
- 115310
— Support Activities for Forestry
- Contracting Office
- FWS, DIVISION OF CONTRACTING AND GR1875 CENTURY BOULEVARDSUITE 310AtlantaGA30345-3310
- ZIP Code
- 30345-3310
- Solicitation Number
- F12PS00646
- Response Due
- 9/18/2012
- Archive Date
- 10/18/2012
- Point of Contact
- Jamese Promise
- E-Mail Address
-
jamese_promise@fws.gov
(jamese_promise@fws.gov)
- Small Business Set-Aside
- N/A
- Description
- PRE-SOLICITATION NOTICE ONLY This Solicitation will be conducted as an unrestricted full and open competition for any and all qualified, experienced, and knowledgeable business entity(s) who can meet the requirements and whose pricing is considered reasonable. The North American Classification Code is 238910. In accordance with the Federal Acquisition Regulation (FAR) 5.207, the U.S. Fish & Wildlife Service, intends to establish Multiple Basic Ordering Agreements (BOAs). The intent of the solicitation and any resultant agreement is to obtain irrigation equipment, earth moving equipment, firebreak cutting equipment support equipment, and operator personnel for use in the protection of lands, to include but not limited to fire suppression and all-hazard incidents for utilization in and around National Wildlife Refuges (NWR) in the Southeast Region (Alabama, Arkansas, Florida, Georgia, Kentucky, Louisiana, Mississippi, North Carolina, South Carolina, and Tennessee - excluding Puerto Rico and the Virgin Islands), NWRs in Virginia east of I-95 and by cooperating agencies. As needed, these resources will be acquired by placing orders against BOAs. The Offeror is responsible for supplying and delivering all equipment listed under each BOA to various locations in the Southeast Region. Delivery locations and fees will be negotiated at the placement of order. A BOA is not a contract, as referenced in FAR Part 16.703; it is a written instrument of understanding, negotiated between an agency, contracting activity, or contracting office and a contractor, that contains: (1) terms and clauses applying to future contracts (orders) between the parties during its term, (2) a description, as specific as practicable, of supplies or services to be provided, and (3) methods for pricing, issuing, and delivering future orders under the BOA. Additionally, a BOA does not imply any agreement by the government to place future contracts or orders with the contractor or to be used in any manner to restrict competition. Each BOA shall be valid for a period of one base year and four option year periods or when total dollar amount of all calls issued under the BOA reaches $10,000,000.00, whichever comes first. The anticipated issue date is on or about August 20, 2012 for this requirement. NO HARD COPIES OF THIS SOLICITATION WILL BE ISSUED. The anticipated closing date is September 18, 2012. A copy of this request for proposal (RFP) No. F12PS00646 will be available at the following Government Point of Entries: https://www.fbo.gov and https://www.fedconnect.net. Notification of any changes to the solicitation (Amendments) shall be made only on the internet. It is the Contractors responsibility to check the above listed address daily for any posted changes to solicitation. Contractors shall be registered in the Central Contractor Registration (CCR) database in order to receive award. Information on registration may be obtained via the Internet at http://www.sam.gov. Its also required that Contractors must complete the electronic version of the Online Representations and Certifications (ORCA) at http://www.sam.gov upon submission of proposals. The Contract Specialist for this acquisition is Jamese Promise. Community providers interested in responding to this solicitation should provide their email addresses and contact information to jamese_promise@fws.gov. Upon review of the solicitation documents, prospective Offerors are encouraged to provide questions and/or comments in writing, but questions will not be accepted until the solicitation has been released and interested parties have had an opportunity to review. Any questions received telephonically will not be answered and you will be directed to submit your question in writing. The source selection method used by the Government will be the best value method LPTA. Eligible Offerors will be required to provide a technical and price proposal for consideration of award. The technical proposal will be evaluated based on the standards stated below. Among offers that are determined to be Technically Acceptable, the Government will make award to one or more Offeror(s) submitting the lowest priced offers. The Government will first review un-priced technical proposals to determine which are acceptable to the Government. If any evaluation factor receives an unacceptable in the overall rating, the entire proposal then becomes unacceptable. Each non-price evaluation technical factor will receive a rating of acceptable or unacceptable. To be considered technically acceptable, no technical factors in the proposal may be determined to be unacceptable. The failure of a proposal to meet all of the requirements under any factor will result in a technically unacceptable rating and preclude award. Should no proposals be determined technically acceptable, the Contracting Officer will establish a competitive range consisting of the most highly rated proposals. As described in FAR 52.215-1, the Government may award based on initial offers, without discussions. The Government reserves the right to reject proposals that are unreasonably low or high in price and reserves the right to not make an award. The Government will notify unsuccessful Offerors as required by FAR 15.503. The following factors shall be used to evaluate offers: Criterion 1: Delivery Capability - This factor will evaluate the Offerors approach to performing contract requirements successfully. This standard is met when the Offeror describes the approach for providing required resources listed in PWS by submitting their companys equipment inventory list or other documentation to prove evidence that they, and/or their subcontractors have the equipment meeting the specifications as listed in the PWS, including quantity, make and model for equipment. When listing equipment information, Offeror must enter the city, state, and zip code of the location where the equipment is located. This will be considered the designated dispatch point and will determine which dispatch center the equipment will be dispatched from. If the Prime Contractor plans on subcontracting (i.e. not the actual company delivering the fuel), the Offeror is to provide documentation on who the subcontractors will be along with their subcontractors POC information, and a statement of promising to pay the subcontractor. The document must be signed by both parties. ***Failure to include enough information to determine that the acceptability requirements have been met will result in an unacceptable rating and possible elimination from further consideration for contract award.   Criterion 2: Past Performance - This factor will evaluate how well an Offeror has performed on projects of a similar scope, magnitude and complexity, and is an indicator of the likelihood of completion of the project in terms of time, price, and quality of work. This standard is met when the Offeror has an overall satisfactory performance on at least three (3) jobs completed in the last three (3) years performed in an agricultural, industrial or forestry setting. The Offeror shall complete and submit at a minimum three (3) Past Performance Surveys attached in response to this factor (If subcontracting, Past Performance information must be submitted for them as well). Past Performance Surveys submitted must be on jobs that are at least 100% completed with the last three (3) years. The government reserves the right to evaluate past performance through other methods such as reviewing Government performance data sources such as CPARS, and/or any other methods. The Offeror must disclose in their proposal whether or not they have relevant past performance related to this requirement. In the event of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror will not be evaluated favorably or unfavorably on this factor. ***Failure to meet all of the requirements under this factor will result in an unacceptable rating and possible elimination from further consideration for contract award. Evaluation of Price - The proposed prices will be evaluated, but not scored or combined with other aspects of the evaluation. The price evaluation will determine whether the proposed price is realistic (IAW FAR 15.404-1), complete and reasonable in relation to the solicitation requirements. The lowest price technically acceptable Offerors for each Host Dispatch Zone will receive an award. The Government reserves the right to: 1. Make multiple awards per Host Dispatch Zone 2. Make a single award per Host Dispatch Zone 3. Make awards for multiple Host Dispatch Zones to the same Offeror 4. Make no award Offerors shall submit a quote for each dispatch zone that they would like to be considered for. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. THE U.S. FISH & WILDLIFE SERVICE IS NOT SEEKING PRICING OR OFFERS OF ANY KIND AT THIS TIME.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F12PS00646/listing.html)
- Record
- SN02824005-W 20120804/120802235445-9b7304bae660babfbb8155531e77197b (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 |