Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 03, 2016 FBO #5245
SOLICITATION NOTICE

R -- Industrial Hygiene Services - IH Synopsis_Solicitation - Performance Work Statement

Notice Date
4/1/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Georgia, PO Box 17882, Atlanta, Georgia, 30316-0882
 
ZIP Code
30316-0882
 
Solicitation Number
W912JM-16-R-0007
 
Archive Date
5/5/2016
 
Point of Contact
Nicholas J. Long,
 
E-Mail Address
nicholas.j.long.mil@mail.mil
(nicholas.j.long.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement Combined Synopsis/Solicitation The USPFO for GEORGIA intends to establish multiple Blanket Purchase Agreements (BPA) to fulfill its requirement for Industrial Hygiene Services. This Combined Synopsis/Solicitation is prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Proposals are being requested and this solicitation, W912JM-16-R-0007, is being issued as a Request for Proposal (RFP). This procurement is total small business set aside. The NAICS code is 541690 with a size standard of $15 Million. The following commercial services are being requested in this solicitation: Industrial Hygiene Services for the Army National Guard Occupational Safety and health programs in the following states and territories: Alabama, Arkansas, Florida, Georgia, Guam, Illinois, Kentucky, Louisiana, Mississippi, North Carolina, Oklahoma, Puerto Rico, South Carolina, Tennessee, Texas and the Virgin Islands; as detailed in the attached Performance Work Statement (PWS). Offerors shall submit a pricing schedule for the requested support services detailed in Technical Exhibit 2 of the PWS that will be incorporated into the awarded Blanket Purchase Agreement. The Government's intent is to establish the awarded BPA for a period of five years; however the agreement shall be reviewed annually to determine its ongoing need. The Government estimates, but does not guarantee, that the volume of purchases through this agreement will be $200,000 annually between all BPA holders. The Government is obligated only to the extent of authorized purchases actually made under this BPA. The Master BPA will not obligate any funds. Funds will be obligated by the individual CALLS made against the Master BPA. There will be no minimum purchase required under this BPA. It is the responsibility of the interested parties to review this site frequently for any updates / amendments to any and all documents. No individual notification of any amendments will be provided by the Contracting Officer. This solicitation will close on 20 April 2016, 0900 EST. The Government intends to award on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors, Lowest Price Technically Acceptable (LPTA) (FAR 15.101-2). Award(s) will be made without discussions with offerors (except for needed clarifications as per FAR 15.306(a). Therefore, your initial proposal should contain your best terms, as it pertains to cost/pricing. Do not assume you will have the opportunity to clarify, discuss, or revise your original proposal. At the Government's discretion, offerors may be asked for more information or to clarify their offer, request for such information doesn't constitute discussions. However, the Government reserves the right to conduct discussions if the Contract Officer later deems it necessary. SUBMISSION REQUIREMENTS The Offeror's proposal must be submitted in four (4) parts: I. Past Performance II. Technical III. Price IV. Company Information Each of the parts shall be separate and complete so that evaluation of each may be accomplished independently. To ensure unbiased source selection, please do not make reference or indicate company identification in the Technical and Past Performance submission. The term "Prime Vendor" or "Offeror" will be used in lieu of company name. This will also include names and references that could identify the contractor. Proposals will be submitted in digital format. Font shall be in Times New Roman or Arial and will be between a 10- 12 pitch. I. Past Performance. The Offeror must demonstrate, through past performance, ability to perform the work described in this RFP for Industrial Hygiene Services. Submit at least three (3) and not more than six (6) samples of projects similar scope and magnitude described as follows: A brief narrative about the project, no more than three (3) pages, must contain at minimum but not limited to the following: Project title Purpose Client name, phone number and email address in order to send Past Performance Questionnaire Completion date Staff involved Budget and any additional relevant information. II. Technical Proposal. Offerors are required to submit a comprehensive and complete technical proposal that demonstrates their ability to perform the work described in the PWS. Offerors are cautioned to be responsive to all of the requirements of the PWS and provide sufficient information to allow evaluation of the proposals as listed in this Synopsis. The technical proposal must be sufficient, well written and presented in a clear straightforward manner in an 8.5 x 11 format. Absolutely No pricing information shall be included in the Technical proposal. For ease of evaluation, Offerors are to submit the technical proposal organized into the following three parts: A. Plan of Action and Statement of Understanding. The Offeror must submit a plan of action and statement of understanding in two (2) parts: a) Plan of Action--The Offeror shall present a plan of action that describes the performance of the project. This should demonstrate the ability to perform the tasks that are required in the PWS. b) Statement of Understanding--The Offeror shall submit a brief statement that demonstrates that he understands the mission statement and objectives the Government has established for Industrial Hygiene Services. This cannot be a repeat or mere summary of the materials provided in this RFQ, but rather the Offeror's statement of his understanding of that work. Part 2 is expected to be no more than two (2) pages in length. B. Personnel Staffing - Production Capabilities: The Offeror shall identify all staff as appropriate. Offerors must submit brief profiles of the team, if applicable, which they propose to assign to the services. The submission should describe the capabilities, certifications and skills of each member. C. Management Plan - Quality Control: Submit a management plan that briefly explains how the team is organized to respond to the needs described for the services. The Offeror should identify the overall effort proposed by the company as it relates to other work in which the company may be engaged. Key personnel should be identified along with each member's contribution to the project, as well as their commitment to other work underway or planned. Include a simple staffing/organization chart that identifies the various team members and their position on the team. In the Quality Control (QC) plan, include a description of how quality, timeliness and budgets shall be tracked and controlled, and the method of interaction and reporting to the Government. III. Price Proposal Proposals shall contain all the cost information and will be used to evaluate the completeness, realism, and reasonableness of the cost numbers. The cost proposal must include all costs required to perform the work under this requirement for contract. Technical Exhibit 2 from the PWS should be used. IV. Company Information Submission will include the CAGE CODE, DUNS NUMBER, SOCIOECONOMIC STATUS/BUSINESS SIZE, and TAX ID NUMBER and any additional information that is relevant. This page will be no more than 2 pages. Evaluation Factors Proposals will be evaluated and a BPA will be awarded in accordance with FAR 15.101-2, Lowest Price Technically Acceptable Source Selection Process. The following factors will be considered: 1. Technical 2. Past Performance- (Only proposals that are technically acceptable will be evaluated for Past Performance) 3. Price Factors Technical and Past/Present Performance are considered to be approximately equal in importance and when combined, the non-Price Factors are approximately equal to the Price Factor. Proposals will be evaluated for acceptability but not ranked using non-price factors. Please see attachment labeled "IH Synopsis_Solicitation" for ratings that will be used for Technical and Past Performance. The Government will award multiple BPA's resulting from this solicitation to the responsible offeror or offerors whose proposal conforming to the solicitation will be most advantageous to the Government based on price and technical acceptability. The Government reserves the right to award multiple BPAs or on an all or none basis. The following provisions and clauses apply to this acquisition. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items. The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clauses at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: DFARS 252.204-7004, required System for Award Management Registration; DFARS 252.225-7001, Buy American Act and Balance of Payment Program. All firms must be registered in the System for Award Management database at www.sam.gov. All proposals must be submitted by email (with W912JM-16-R-0007 in the subject line) to: Nicholas.j.long.mil@mail.mil CPT Nicholas Long, Contracting Officer All proposals must be submitted no later 20 April 2016, 0900 EST. All proposals received by CPT Long will be sent a reply email to notify offerors of receipt of proposal. It is strongly encouraged that you contact CPT Long to confirm receipt of your proposal if you do not receive a reply from him. All questions/inquiries must be addressed to the Contracting Officer via email. Telephone inquiries will not be accepted. No questions will be accepted after 18 April 2016, 0900 EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA09/W912JM-16-R-0007/listing.html)
 
Record
SN04070471-W 20160403/160401234503-566ec89033c3c52402c156b0113f0169 (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.