SOLICITATION NOTICE
S -- Safety Inspection, Repair, and Maintenance of Natural Gas Lines and Equipment, Camp Walker & Camp Carroll
- Notice Date
- 8/5/2015
- Notice Type
- Presolicitation
- NAICS
- 213112
— Support Activities for Oil and Gas Operations
- Contracting Office
- 411th CSB (PARC Korea), Unit #15289, APO, AP 96205-5289
- ZIP Code
- 96205-5289
- Solicitation Number
- W91QVN-15-R-0103
- Response Due
- 8/26/2015
- Archive Date
- 10/4/2015
- Point of Contact
- Yi, Hye Kyong, 01182279146468
- E-Mail Address
-
411th CSB (PARC Korea)
(hyekyong.yi6.ln@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Solicitation Number: W91QVN-15-R-0103 Notice Type: Pre-Solicitation Synopsis Purchase Description: 411th Contracting Support Brigade (CSB), Korea intends to issue a full and open competition solicitation for the contract for safety Inspection, Repair, and Maintenance of Natural Gas Lines and Equipment, Camp Walker & Camp Carroll. The North American Industry Classification System (NAICS) code for this procurement is 213112. In accordance with DFARS 252.204-7004, Alternate A, all interested offerors shall be registered in the System for Award Management (SAM). Award will be made to the responsible offeror submitting the Best Value Lowest Priced, Technically Acceptable (LPTA) offer that satisfies all terms and condition of the solicitation. The following ratings will be used in evaluating all non-price technical factors and subfactors. AcceptableProposal clearly meets the minimum requirements of the solicitation UnacceptableProposal does not clearly meet the minimum requirements of the solicitation Scope of Work: This is a repetitive requirement for safety inspection, repair and maintenance services of natural gas lines and equipment for Camp Walker & Camp Carroll. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform safety inspection, repair, and maintenance of natural gas lines and equipment as defined in the Performance Work Statement (PWS). Period of Performance (POP): Phase-In Period: 24 December 2015 -23 January 2016 (1 month) Base Year: 24 January 2016 -23 December 2016 (11 months) 1st Option Year: 24 December 2016-23 December 2017 2nd Option Year: 24 December 2017-23 December 2018 3rd Option Year: 24 December 2018-23 December 2019 4th Option Year: 24 December 2019-23 December 2020 Contract Type: A single Firm Fixed Price (FFP) and Requirements CLIN for FFP Task Order type of contract Technical Evaluation Factors: FACTOR A: Licenses: The prime contractor shall have at least one of following two licenses. In case of the prime contractor does not possess both licenses, a subcontractor's license is permissible to meet one of prime contractor's absent required licenses. When the prime contractor uses the subcontractor's license, the prime contractor shall submit a copy of the subcontract agreement with official company who possess the license along with the subcontractor's specific license issued by Republic of Korea (ROK). Subfactor 1: Facility Maintenance Management License ( ) Subfactor 2: 1st Degree Gas Facility Construction License ( 1 ) The offeror shall provide a copy of both English and Korean version of valid and current both Licenses issued by the ROK for stated above requirements. FACTOR B: Contractor's Prior Experience: Both Prime contractor and Subcontractor shall have at least one (1) year of verifiable experience in facility maintenance management or inspection, repair, and maintenance of natural gas lines and equipment or similar relevant experiences within the last five (5) years from the closing date of this solicitation. The offeror(s) are requested to provide their prior experience information contains following data, but not limited to: Location of the work performed Nature of the business area(s) involved Contract numbers and types Description and relevancy of the work Dollar value Contract award and completion dates Reference Point(s) of Contract (current telephone number) who can verify each prior experience FACTOR C: Key Personnel Qualification: The offeror shall submit the required license issued by ROK with resume which state the experience and qualification for key personnel listed as below. Subfactor 1: Contract Manager (CM): The CM shall have at least one (1) year experience as CM in safety inspection, repair and maintenance of natural gas lines and equipment services or various projects within the last five (5) years from the closing date of the solicitation. Subfactor 2: System Engineer (SE) 1: System Engineer 1 shall have a Gas Industrial Engineer License ( ) with at least one (1) year of experience in safety inspection, repair and maintenance of natural gas lines and equipment services within the last five (5) years from the closing date of the solicitation. Subfactor 3: System Engineer (SE) 2: System Engineer 2 shall have a Weld Industrial Engineer License ( ) with at least one (1) year of experience in safety inspection, repair and maintenance of natural gas lines and equipment services within the last five (5) years from the closing date of the solicitation. Factor D: Management Approach: The offeror's proposal shall contain a detailed explanation of their Management Approach which demonstrates a clear understanding and ability to execute all PWS requirements. The offeror shall not merely quote mark repeat quote mark the PWS but shall provide the offeror's specific technical management approach and concept of operations addressed all tasks in the PWS. Subfactor 1: Staffing Plan - The staffing plan will be evaluated IAW the following sub-factors as specified in PWS Section 1.7.3.1, Staffing Plan. The offeror shall provide a staffing plan that clearly demonstrates how the offeror will perform the safety inspection, repair and maintenance of natural gas lines and equipment for Camp Walker & Camp Carroll. Staffing plan shall clearly identify the labor mix and quantities by major task and location, the replacement strategy, backup policy, retention policy, subcontractor plan and any other information pertinent to the execution of this requirement. The feasibility of the proposed staffing plan will be assessed against the offeror's overall Technical Capability and Management Approach to ensure the offeror has proposed adequate qualified personnel in appropriate labor categories to satisfy all PWS requirements. Subfactor 2: Quality Control Plan (QCP) - The QCP will be evaluated IAW the following sub-factors as specified in PWS Para. 1.7.3.2, Quality Control Plan. The offeror shall submit a QCP that demonstrates the offeror's approach to conducting comprehensive quality control IAW Para. 6.0. of PWS. The QCP shall clearly describe the offeror's quality control methods and practices such as standardized procedures to monitor performance, identify discrepancies, and take corrective action to prevent re- occurrences of deficiencies. As part of the QCP, the offeror shall identify what items the offeror will inspect under its comprehensive QC for each task listed in the PRS table. Subfactor 3: Phase-In Plan (PIP) - The PIP will be evaluated IAW the following sub-factors as specified in PWS Para. 1.7.3.3. The PIP shall clearly demonstrate how the offeror will prepare for 100% full performance in accordance with the PWS and transition without interruption of on-going safety inspection, repair and maintenance of natural gas lines and equipment for Camp Walker & Camp Carroll. The PIP shall include all general and administrative (G&A) functions and pre-hiring activities normally accomplished by contractor prior to physical phase-in performance. The PIP shall describe in detail how the contractor provides required personnel at performance locations, training and implementation on all reports, property control plan, safety plan, services, suspense dates, a time phased and schedule of installation access and procedures needed to assure readiness and 100% pull performance under the contract by the end of the one (1) month phase-in period. Proposal Period: The Government anticipates releasing the solicitation on or about 1 September 2015. The solicitation will be issued via FedBizOps (https://www.fbo.gov/) /Army Single Face Industry (ASFI) (https://acquisition.army.mil/asfi/). The response date in this synopsis is not a firm date; please see the solicitation for the actual date. THIS PRE-SOLICITATION NOTICE IS FOR PURPOSE OF INFORMING INDUSTRY THAT THIS SOLICITATION WILL BE POSTED ON OR ABOUT 1 SEPTEMEBR 2015. THIS NOTICE IS NOT A REQUEST FOR PROPOSAL.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/916a8caa7ec0a7e2ee7b6cf024a539ec)
- Place of Performance
- Address: 411th CSB (PARC Korea) Unit #15289, APO AP
- Zip Code: 96205-5289
- Zip Code: 96205-5289
- Record
- SN03826431-W 20150807/150806000622-916a8caa7ec0a7e2ee7b6cf024a539ec (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 |