Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2016 FBO #5356
MODIFICATION

M -- EPA SESD Fleet Management and Warehouse Support

Notice Date
7/21/2016
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Region 4 US Environmental Protection Agency Atlanta Federal Center 61 Forsyth Street, SW Atlanta GA 30303-3104 USA
 
ZIP Code
00000
 
Solicitation Number
RFQ-GA-16-00007
 
Response Due
8/3/2016
 
Archive Date
11/1/2016
 
Point of Contact
Krieger, Geoffrey
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
US ENVIRONMENTAL PROTECTION AGENCY (EPA) REGION 4 COMBINED SYNOPSIS/SOLICITATION REQUEST FOR PROPOSAL NUMBER: RFQ-R4-16-00007 1.OVERVIEW In accordance with FAR 12.603, Streamlined Solicitation for Commercial Items, the following statements apply to this solicitation: a.This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information as prescribed in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. b.Solicitation number SOL-R4-16-00007 is issued as a Request for Quote (RFQ) for contractor provided services to assist the EPA Science and Ecosystem Support Division (SESD) with vehicle management and warehouse support in accordance with the Statement of Work and other documents attached to this solicitation. c.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88, effective June 15, 2016 and EPA Acquisition Regulations (EPAAR) as of June 27, 2016. d.This procurement is a Service Disabled Veteran Owned Small Business (SDVOSB) set aside. Only offers submitted by companies that meet the requirements for this set aside will be accepted by the Government and considered for award. The North American Industry Classification System (NAICS) for this requirement is 561210, Facilities Support Services with a Size Standard of $38.5 million. e.CLINs for this requirement are included in the SF-1449; offeror shall submit pricing for the Base Period and all Option Periods. CLINS 0001 is for the base year, CLINS 0002 and 0003 are for optional years. CLINS 1-3 will be issued as firm fixed price line items. CLINS ending in (A) are for incidental other direct costs (ODC) that may be incurred during the performance of this contract, and will be reimbursed at the incurred cost. f.Description of Requirement. See Attachment 1, Statement of Work. This request for quote is for fleet management services at the US EPA Science and Ecosystem Support Division (SESD) located in Athens, GA. The successful contractor will provide services that include managing the SESD fleet (GSA lease and EPA owned vehicles), arraigning for maintenance and service, ensuring vehicles are available for field use, assisting EPA in reporting tasks by gathering information and entering data into maintenance databases. Additionally the contractor will be tasked with providing support at the Field Equipment Center. This will entail receiving and logging equipment, assisting with loading/unloading equipment, and providing general maintenance and warehouse tasks for equipment (changing batteries, ensuring equipment is stored properly, etc). g.Period of Performance. The contract term Period of Performance (POP) will be a one year base period and two potential one year option periods, for a total potential of three years. h.FAR 52.212-1, Instructions to Offeror, Commercial. See attached clauses i.FAR 52.212-2, Evaluation, Commercial Items applies to this acquisition. The evaluation factors include Technical Qualifications, Past Performance, and Price. Offers shall address each of the evaluation factors listed in FAR provision 52.212-2 Evaluation-Commercial Items. j.FAR 52.212-3, Offeror Representations and Certifications ¿ Commercial Items applies to this acquisition. Offerors shall include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items with the offer. k.FAR 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition. l.FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order ¿ Commercial Items and the additional FAR clauses cited in the clause. 2. CONTRACT TYPE In accordance with FAR 16.2, Fixed Price Contracts, this RFQ is for the award of one contract with firm fixed prices for monthly operations. Additional line items for Other Direct Costs (ODC) for reimbursable supplies and products will be billed as time and material line items for direct reimbursement of incidental costs that may be incurred. 3.PROCEDURES FOR SOLICITATION, EVALUATION, AND AWARD The source selection evaluation procedures to be used for this solicitation will utilize solicitation, evaluation, and award procedures as outlined in FAR 12.203. 4.BASIS FOR AWARD The government intends to evaluate proposals and award a contract without discussions, as provided by paragraph (g), FAR 52.212-l Evaluation - Commercial Items. The government reserves the right to conduct discussions with offerors, if later determined by the Contracting officer to be necessary. Low Price Technically Acceptable is selected as the appropriate evaluation method for this acquisition. The government considers it to be in its best interest to evaluate proposals for technical acceptability, then issue an award to the lowest evaluated price whose proposal meets or exceeds the acceptability standards for non-cost factors. Any proposal found to have a deficiency in meeting the stated solicitation requirements or performance objectives may be considered ineligible for award. 5.SOLICITATION REQUESTS FOR INFORMATION Inquiries and questions regarding this RFP shall be submitted in writing electronically to the Contracting Officer, Krieger.Geoffrey@epa.gov. All inquiries/questions must be received no later than 12:00 pm Eastern Standard Time (EST), July 22, 2016. 6.PROPOSAL DUE DATE AND SUBMISSION INSTRUCTIONS Technical and Price Proposals are due no later than 2:30 pm EST on July 29, 2016. ALL SUBMISSIONS MUST BE MADE ELECTRONICALLY THROUGH FEDCONNECT. Please notify the Contracting Officer, Krieger.Geoffrey@epa.gov when your proposal has been submitted to verify receipt. Courtesy copies may be attached to your notification email if you choose. Hard copy proposals are not required. LIST OF ATTACHMENTS Attachment 1 ¿ Statement of Work, Evaluation Criteria, HSPD-12 Information Attachment 2 ¿ Service Contract Act Wage Determination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/RegIV/RFQ-GA-16-00007/listing.html)
 
Place of Performance
Address: R4 SESD US Environmental Protection Agency 980 College Station Road Athens GA 30605 USA
Zip Code: 30605
 
Record
SN04191260-W 20160723/160721235344-319434ba8476b1fbbbd78fddca6e087a (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.