SOLICITATION NOTICE
B -- Facilities Master Plan
- Notice Date
- 5/4/2021 8:22:06 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- 6923G5 ST LAWRENCE SWY DEV. CORP. MASSENA NY 13662 USA
- ZIP Code
- 13662
- Solicitation Number
- 6923G520R0100
- Response Due
- 6/7/2021 11:00:00 AM
- Archive Date
- 06/22/2021
- Point of Contact
- Jason C. Brockway, Phone: 3157643252, Katie Maloney, Phone: 3157643260
- E-Mail Address
-
jason.brockway@dot.gov, katie.maloney@dot.gov
(jason.brockway@dot.gov, katie.maloney@dot.gov)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals (offers) are being requested and a written solicitation will not be issued. Solicitation number 6923G519R0100 is issued as a request for proposals under full and open competition. � The Saint Lawrence Seaway Development Corporation (SLSDC or Corporation) has a large and diverse�infrastructure to support it's operations and they are�maintained through the SLSDC Support Facilities.�The SLSDC�is seeking technical and cost proposals to develop a Facilities Master Plan for SLSDC facilities in Massena, New York. *WORK STATEMENT AND REFERENCE DRAWINGS Work Statement and Drawings are furnished as attachments. *COMPLETION OF TECHNICAL AND COST PROPOSALS Each offeror is required to complete and return electronic copies each of a Technical and Cost Proposal as outlined below. A.������� Technical Proposals Requirements: Technical Proposals shall include sufficient information so that a proper evaluation can be made with respect to the requirements outlined in the Statement of Work.� As a minimum, Technical Proposals shall include the following: Discussion of the understanding of the Scope of Work and how their proposal will meet the requirements of the Scope of Work in this RFP. Discussion of project approach which shall include Assumptions of existing conditions (e.g. equipment and facilities, topographic, etc.) that will be used as the basis of planning. Types of information on the use of the GLS Support Facilities that will be gathered for the Facilities Master Planning input purposes, and proposed means of gathering this information. Structure and elements of the Facilities Master Plan document. Resumes describing the qualifications and experience all key personnel to be assigned to complete this Scope of Work, including discussion of their relevant past experience completing similar scopes of work. B.�������� Cost Proposals Requirements: Cost Proposals shall include any and all costs to complete the Scope of Work. GLS intends to award a Time and Materials, not to exceed contract for this solicitation. Rate sheets for the Contractor�s personnel and other applicable items shall be provided. All travel and meals shall be reimbursed per the requirements of the Government Travel Regulations. The GLS intends to evaluate offers and award a contract without discussions with offerors.� Therefore, the offeror�s initial offer should contain the offeror�s best terms from a cost and technical perspective.� However, the GLS reserves the right to conduct discussions with offerors if deemed necessary by the Contracting Officer. *EVALUATION OF PROPOSALS The GLS will make award to the responsible offeror whose offer conforms to the requirements and on the weighted evaluation factors listed below: Technical Proposals (50%): The Technical Proposals shall demonstrate the Consultant�s understanding of the Scope of Work and shall meet the objectives and address the requirements specified under the Technical Proposal Requirements above. � Past Performance (25%): The Consultant and subcontractor(s) shall have completed at least two (2) projects of similar scope and complexity within the past ten (10) years. �References shall be provided. Each reference shall include the name and address of the client, a brief but detailed description of the work performed and a contact person with valid contact information (phone number and email).� � Price (25%): Pricing as specified under the Cost Proposal Requirements above. *INSTRUCTIONS�TO OFFERORS Offerors are responsible for submitting proposals to reach the Contracting Officer by no later than June 7, 2021 by 2:00 PM (EST). Offers�shall be sent by e-mail to jason.brockway@dot.gov and katie.maloney@dot.gov. The subject line of all emails shall contain the solicitation number 6923G519R0100 and Facilities Master Plan. Any offer or revision of an offer received after the time specified for receipt of offers, shall be considered �late� and will not be considered. During the solicitation stage, offerors shall submit any requests for clarification�to the Contracting Officer no later than June 1, 2021 by 10:00 AM local time.� Requests may be sent by e-mail to jason.brockway@dot.gov and katie.maloney@dot.gov. The subject line of all emails shall contain the solicitation number 6923G519R0100 and Facilities Master Plan. Any information given to a prospective offeror concerning a solicitation will be furnished promptly to all other prospective offerors as an amendment to the solicitation, if that information is necessary in submitting quotations. GLS will not provide any Corporation facilities, utilities, or equipment. *CONTRACT AWARD (1) The SLSDC intends to award a firm-fixed-price contract resulting from this solicitation to the responsible offeror(s) whose proposal(s) represents the best value after evaluation in accordance with the factors in the solicitation. (2) The SLSDC may reject any or all proposals if such action is in the SLSDC�s interest. (3) The SLSDC may waive informalities and minor irregularities in proposals received. (4) The SLSDC intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror�s initial proposal should contain the offeror�s best terms from a cost or price and technical standpoint. The SLSDC reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. (5) Exchanges with offerors after receipt of a proposal do not constitute a rejection or counteroffer by the SLSDC. (6) The SLSDC may determine that a proposal is unacceptable if the prices proposed are materially unbalanced between line items or subline items. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more line items is significantly overstated or understated as indicated by the application of cost or price analysis techniques. A proposal may be rejected if the Contracting Officer determines that the lack of balance poses an unacceptable risk to the SLSDC. (7) A written award or acceptance of proposal mailed or otherwise furnished to the successful offeror within the time specified in the proposal shall result in a binding contract without further action by either party. A contract will be awarded only if the price is within available funding appropriations and relates to the SLSDC�s concept of the project. *SITE VISITS Site visits will be held on May 10, 2021 and May 27, 2021 both at 1:00 PM local time. It is strongly recommended that those interested in submitting a proposal arrange for a site visit to become familiar with the GLS facilities. Arrangements must be made through the Offices of Engineering and Maintenance at (315) 764-3240 at least three business days in advance in order to make preparations for access to GLS property.� Any expenses involved in a site visit shall be borne by the attendees. *CLAUSES AND PROVISIONS Offerors are required to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer if they have not completed their certifications and representations on the System for Award Management (SAM) website at www.sam.gov this clause has been provided in full text as an attachment. This procurement includes by reference FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items. The FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items and the following FAR clauses contained within are applicable to this acquisition: 52.203 -- Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements, 52.204-23 -- Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities, 52.204-25 -- Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment, 52.209-10 -- Prohibition on Contracting with Inverted Domestic Corporations, 52.233-3 -- Protest After Award, 52.233-4 -- Applicable Law for Breach of Contract Claim, 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.219-14 -- Limitations on Subcontracting, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 - Equal Opportunity for Workers With Disabilities, 52.222-50 Combatting Trafficking in Persons, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving, 52.232-33 Payment by Electronic Funds Transfer-System for Award Management, 52.222-17 Nondisplacement of Qualified Workers, 52.222-41 Service Contract Labor Standards, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.222-55 -- Minimum Wages Under Executive Order 13658, 52.222-62 Paid Sick Leave Under Executive Order 13706. Other applicable FAR provisions and clauses incorporated by reference in accordance with; 52.252-2 Clauses Incorporated by Reference and 52.252-1 Solicitation Provisions Incorporated by Reference include: 52.223-2 Affirmative Procurement of Biobased Products under Service and Construction Contracts, 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts, 52.232-40 Providing Accelerated Payments to Small Business Subcontractors, 52.245-1 Government Property, 52.245-9 Use and Charges.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/318a827d1f3c4a40af79afd5759882d1/view)
- Place of Performance
- Address: Massena, NY 13662, USA
- Zip Code: 13662
- Country: USA
- Zip Code: 13662
- Record
- SN05990656-F 20210506/210504230112 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |