SOLICITATION NOTICE
J -- Repair and Upgrade for Secondary Cooling System for the TRIGA Mark F Reactor - Applicable Documents
- Notice Date
- 11/2/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Other Defense Agencies, TRICARE Management Activity, USUHS CONTRACTING OFFICE, 4301 JONES BRIDGE ROAD, Bethesda, Maryland, 20814-4799, United States
- ZIP Code
- 20814-4799
- Solicitation Number
- HT9404-13-Q-0241
- Archive Date
- 12/1/2012
- Point of Contact
- Melissa Marcellus, Phone: 301-295-3962
- E-Mail Address
-
Melissa.Marcellus@usuhs.edu
(Melissa.Marcellus@usuhs.edu)
- Small Business Set-Aside
- N/A
- Description
- FAR Provision 52.212-3 Offeror Representations and Certifications Applicable Provisions & Clauses Site Visit instructions Statement of Work The Uniformed Services University of the Health Sciences (USUHS) and the Armed Forces Radiobiology Research Institute (AFRRI) located on the Walter Reed National Military Medical Center in Bethesda, MD has a requirement for the repair and upgrade of the secondary cooling system for the Training, Research, Isotopes, General Atomics (TRIGA) Mark F Reactor, in accordance with the attached Statement of Work (SOW). Additional information regarding USUHS and its mission can be found at: www.usuhs.mil. Additional information regarding AFRRI and its mission can be found at: http://www.usuhs.mil/afrri/. This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This notice constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This request for quotes (RFQ) for commercial items is in accordance with FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. It will be the responsibility of the offeror to check the website http://www.fbo.gov for the issuance of any amendments to the solicitation. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-61 (effective 15 October 2012) and Defense Federal Acquisition Regulations Supplement Publication Notice (DPN) 20120906 (effective 6 September 2012). This solicitation is for full and open competition under the applicable North American Industry Classification System (NAICS) Code 238220 - Plumbing, Heating, and Air-Conditioning Contractors. All responsible sources may submit a quote, which will be considered by USUHS. In order to be eligible for award of this purchase order, offerors must either be registered with the System for Award Management (SAM) located at https://www.sam.gov/portal/public/SAM/, with completed representations and certifications, or for those offerors not registered in SAM, FAR Provision 52.212-3 Offeror Representations and Certifications - Commercial Items must be submitted with the quote package. Offerors not registered in SAM or who do not submit a completed copy of FAR Provision 52.212-3 will not be eligible for award. See attached for the full-text version of FAR Provision 52.212-3. Offerors interested in responding to this requirement must provide a quote which addresses all of the tasks to be completed as identified in the attached SOW. A single site visit will be offered on Thursday, 8 November 2012. See the attached Site Visit Instructions document for full details. Photographs of the components being replaced/repaired are available upon written request to melissa.marcellus@usuhs.edu. The Government intends to award a single firm fixed price (FFP) purchase order to the offeror representing the best value to the Government based upon the evaluation factors listed below. Evaluation factors are listed in order of importance, with most important listed first. The Government will conduct a trade-off between price and non-price factors. The Government is not required to award to the lowest priced offeror or the highest technically rated offeror. The Government reserves the right to award without discussions. Evaluation Factors (Listed in order of importance) : 1. Technical Approach - Offerors are required to submit their technical approach to meeting the requirements outlined in the attached SOW. Offerors must display a clear understanding of the requirement. Quotes submitted by offerors who fail to demonstrate a clear understanding of the requirement will not be considered further. Offerors must submit a detailed milestone plan which demonstrates completion of the project by the 30 December 2012 delivery date. Quotes submitted by offerors that include the following statement, or similar, without any supporting information, may be determined to not have a clear understanding of the requirement and may not be considered: " The offeror understands the requirement and the submitted quote has met all stated objectives." 2. Corporate Experience - Offerors are required to provide a narrative of their corporate experience in repairing and upgrading secondary cooling systems for the TRIGA Mark F Reactor, as well as with 25 horsepower pumps. 3. Past Performance - The Government shall evaluate the offeror's present and past performance on similar tasks within the past three (3) years. Offerors must provide two (2) customer references for similar work performed. The Government reserves the right to select which reference(s) to contact. The following must be provided for each listed reference: a.Name of client and address b.Name of current point of contact including telephone number, e-mail address and title c.Contract number d.Contract value e.Contract period of performance f.A clear description of the supplies/services provided USU may request additional information at any time. Offerors will have an opportunity to address any adverse past performance history. Offerors who do not have any past performance history will not be rated favorably or unfavorably, but will instead receive a Neutral/Unknown rating for past performance. Offerors must clearly state in their quote if they do not have at least two (2) past performance references. Failure to provide this information may render an offeror's quote non-responsive and may not be considered for award. A strong history of relevant past performance may be more advantageous to the Government than a less relevant record of favorable performance. The Government reserves the right to use data provided by the offeror and data provided by alternative sources in conducting its assessment of past performance history. 4. Price - Offerors must include all applicable costs (e.g. components, installation, insurance coverage, etc.) in their quote. The total quoted price for all components, will be the evaluated price. For price analysis purposes, offerors must provide a breakout of the number of proposed labor hours for each labor position and loaded hourly bill rates. The resultant award will be a firm fixed price (FFP) purchase order. Questions/clarifications regarding this solicitation must be submitted via email to melissa.marcellus@usuhs.edu by 5:00pm EST on Monday, 12 November 2012. Any question received after 12 November 2012 will not be answered. Questions will not be answered over the phone, nor will questions submitted via any means other than email be answered. All questions will be answered in an amendment to the solicitation posted on or around 13 November 2012. Quote packages are due by 9:00am EST on Friday, 16 November 2012. Quotes must be submitted via email to melissa.marcellus@usuhs.edu. Quotes will not be accepted by any other means. Late quotes will not be considered. Quote packages should include a cover sheet that provides the following information: •Company Name •Point of Contact, to include email and phone number •DUNS number •Statement that includes acknowledgment of latest amendment number Attachments : Site Visit Information Applicable Provisions & Clauses FAR Provision 52.212-3 Offeror Representations and Certifications Statement of Work
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/05458551a04df5f516b12581f17b5ebe)
- Place of Performance
- Address: Armed Forces Radiobiology Research Institute, Building 42 and 53, Bethesda, Maryland, 20889-5603, United States
- Zip Code: 20889-5603
- Zip Code: 20889-5603
- Record
- SN02923579-W 20121104/121102233914-05458551a04df5f516b12581f17b5ebe (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 |