Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MARCH 29, 2001 PSA #2818
SOLICITATIONS

S -- GROUNDS MAINTENANCE SERVICES AT AFRL, ROME RESEARCH SITE, ROME

Notice Date
March 27, 2001
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL -- Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY, 13441-4514
ZIP Code
13441-4514
Solicitation Number
F30602-01-Q-0418
Response Due
April 11, 2001
Point of Contact
Cindy Rutledge, Contract Specialist, Fax (315) 330-2555, Email
E-Mail Address
Cindy Rutledge (rutledge@rl.af.mil)
Description
This notice is the combined synopsis/solicitation for commercial items prepared in accordance with the format 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. The entire solicitation will be released on the Federal Business Opportunities internet site (FedBizOpps), www.eps.gov (select "Vendors", at Agency, USAF, click on "Offices", at Office, "Air Force Materiel Command", click on "Locations", at Location, "AFRL, Rome Research Site, Rome NY", click on "Posted Dates"). PAPER COPIES WILL NOT BE AVAILABLE). This is a competitive acquisition restricted to small business firms. For this acquisition, a concern will be considered small under NAICS Code 56173 with a small business size standard of $5M. Any prospective eligible and responsible offerors interested in submitting a quote for this solicitation must register by email to rutledge@rl.af.mil in order to be placed on the Source List. Include your company name, address, telephone number and point of contact, fax number, and e-mail address. This list will be provided to facilitate subcontracting opportunities only. Offerors registering their name on the Source List should not conclude that they would receive a paper copy of the solicitation in the mail, as a paper copy will not be available. All prospective offerors are responsible for visiting the FedBizOpps frequently and obtain any amendments or other information pertaining to this solicitation. The olicitation will only be available by downloading the documents from the FedBizOpps. Synopsis/Solicitation F30602-01-Q-0418 is being issued as a Request for Quote (RFQ). The proposed contract is for a basic period and one option year period totaling approximately 24 months, incorporating provisions and clauses in effect through Federal Acquisition Circular 97-22(effective 20 Feb 01) and 97-22 (effective 10 Jan 01) and DFARS Change Notice 20001213. Additional information may be obtained at the FedBizOpps and FAR, DFAR, AFFAR and AFMCFARSUP on-line, at http://farsite.hill.af.mil, the latter for access to full text of all provisions and clauses. The Air Force Research Laboratory, Rome Research Site (RRS), has a requirement for a contractor to provide all personnel, equipment, tools, materials, supervision, and other items necessary to perform Grounds Maintenance as defined in the Performance Work Statement (PWS) and drawings. All work will be in accordance with the Statement of Work dated 01 Feb 2001. See the FedBizOpps for the Statement of Work, dated 01 Feb 2001, and the Supplies or Service and Prices/Cost which includes contract line item number information. A site visit is scheduled for 9:00 a.m. on Tuesday, 3 April 2001. Offerors planning on attending must notify Cindy Rutledge, via email to rutledge@rl.af.mil, NO LATER THAN 3:00 P.M. on Monday, 02 April 2001. Alert: Vendors are STRONGLY encouraged to use the Standard Form 1449 as the first page of their offer. If you choose not to use the Standard Form 1449, you are cautioned to complete and provide with your quote all the data requested by FAR 52.212-1 Instructions to Offerors-Commercial Items. Failure to do so may eliminate you from consideration for award. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items is applicable. Paragraph (c) is amended to read as follows: The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. FAR 52.212-2 Evaluation-Commercial Items is applicable. The second sentence of Paragraph (a) is amended as follows: "The factors identified below, with price being significantly less important, will be considered during quotation evaluation. (i) Factor 1: PAST PERFORMANCE. Past Performance describes how well the contractor performed the work. Offerors shall provide information on present and past performance that summarizes present and prior Government (federal, state and local) and commercial contracts they consider relevant to this effort and the evaluation criteria to demonstrate their ability to perform the proposed effort. Offerors are advised that the Government will use all available data. All such data used, including data related to offeror's performance as a subcontractor will be reflected in the evaluation of the prime contractor. Include with your quote, a minimum of three Past Performance Questionnaires (SEE THE FedBizOpps) completed by the offeror's customers. Questionnaires may be submitted for the prime offeror and/or proposed subcontractors. The completed questionnaires must be submitted by current (within the last three years) customers (commercial and/or Government) for projects involving similar or related services within a price range of $100,000.00 to $300,000.00. The completed questionnaires shall be from independent sources. Offeror must submit each completed customer questionnaire in a separate envelope that has been sealed by the customer for confidentiality. The Government may contact the customer point of contact (POC) for verification. POC telephone and facsimile numbers must be accurate and current. Failure to provide complete information regarding previous similar and/or related contracts may result in eventual disqualification. The Contracting Officer will consider such performance information along with other factors in determining whether the offeror is to be considered responsible, as defined in FAR 9.101. The offeror is responsible for ensuring the questionnaires are completed in a timely manner and are submitted with its quote. The purpose of the past performance evaluation is to allow the Government to assess the offeror's ability to perform the effort described in this RFQ, based on the offeror's demonstrated present and past performance. The assessment process will result in an overall risk rating of exceptional, very good, satisfactory, none, marginal, or unsatisfactory. Offerors with no relevant past or present performance history shall receive the rating "none", meaning the rating is treated neither favorably nor unfavorably. (ii) FACTOR 2: PRICE. Price will be evaluated for fairness, and reasonableness as it relates to the service offered. (1) Fairness and reasonableness -- the degree to which the proposed price compares to the price a reasonable and prudent person would expect to incur for the same or similar goods or services. Award will be made based on the best value to the Government. Offerors must include a completed copy of FAR 52.212-3 and DFAR 252.212-7000, Offeror Representations and Certifications-Commercial Items, with your offer. See the FedBizOpps. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, is applicable. The following sentences are added to the existing paragraph (a) in FAR 52.212-4: "If any of the services do not conform with contract requirements, the Government may require the Contractor to perform the services again in conformity with contract requirements, at no increase in contract amount. When the defects in services cannot be corrected by reperformance, the Government may (i) require the Contractor to take necessary action to ensure that future performance conforms to contract requirements and (ii) reduce the contract price to reflect the reduced value of the services performed. If the Contractor fails to promptly perform the services again or to take the necessary action to ensure future performance in conformity with contract requirements, the Government may (i) by contract or otherwise, perform the services and charge to the contractor any cost incurred by the Government that is directly related to the performance of such service or (ii) terminate the contract for cause." The clause FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: 52.203-6, 52.219-4, 52.219-8, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33, 52.222-41 (Wage Determination 1994-2383, Rev 14 dated 09/15/2000), 52.222-42 (Employee Class #11210, Monetary Wage $15.95), NOTE: This statement is for informational purposes only, it is not a Wage Determination) and 52.222-43. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. Additional DFARS clauses cited in the clause applicable to this acquisition are: 252.225-7001, 252.225-7012, 252.243-7002, 252.247-7023 and 252.247-7024. The following additional clauses apply: FAR 52.217-8, Option To Extend Services; 52.217-9, Option To Extend The Term Of The Contract: (a) The Government may extend the term of this contract by notifying the contractor, in writing, before the contract expires. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 2 years. FAR 52.228-5, FAR 52.232-18, FAR 52.237-2, DFARS 252.204-7004, 252.225-7000,; and AFMCFARS 5352.228-9001. The DPAS rating for this requirement is DO-S10. To be eligible to receive a contract award from a Department of Defense (DoD) activity after 1 Jun 98, contractors must be registered in the DoD Central Contractor Registration (CCR) Database. To register, access the CCR Home Page at http://www.ccr2000.com/. Direct any questions regarding this DoD requirement to 1-888-227-2423. All other questions regarding this COMBINED SYNOPSIS/SOLICITATION must be directed IN WRITING to the buyer, Cindy Rutledge, no later than one week before the proposal due date. Proposals are due at 2:30 pm on Wednesday, 11 April 2001. SUBMIT COMPLETE PACKAGE, BY MAIL TO: AFRL/IFKO, ATTN: Cindy Rutledge F30602-01-Q0418, 26 Electronic Parkway, Rome NY 13441-4514 OR FACSIMILE TO: 315/330-2555. It is the Offeror's responsibility to monitor this site for the release of amendments (if any), and for downloading their own copy of this combined synopsis/solicitation and amendments (if any) from the CBD, as well as the blank SF 1449, Statement of Work For Grounds Maintenance of Rome Research Site, Schedule of Offer, Wage Determination, Past and Present Performance Information Questionnaire, and FAR 52.212-3 Representations and Certifications from the FedBizOpps. An Ombudsman has been appointed to hear significant concerns from offerors or potential offerors during the proposal development phase of this acquisition. Routine questions, such as clarifications of the Statement of Work or the terms and conditions, are not considered to be "significant concerns" and should be communicated directly to the Contracting Officer, Shirley M. Zakala, 315-330-2323. The purpose of the Ombudsman is not to diminish the authority of the Contracting Officer or Program Manager, but to communicate contractor concerns, issues, disagreements and recommendations to the appropriate Government personnel. The Ombudsman for this acquisition is Lt Col Reid Lerum, Chief, Contracting Division at 315-330-7746. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The Ombudsman should only be contacted with issues or problems that have been previously brought to the attention of the Contract Specialist/Contracting Officer and could not be satisfactorily resolved at that level. See Numbered Note 1.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=F30602-01-Q-0418&L=1142)
Record
Loren Data Corp. 20010329/SSOL003.HTM (D-086 SN50H4I6)

S - Utilities and Housekeeping Services Index  |  Issue Index |
Created on March 27, 2001 by Loren Data Corp. -- info@ld.com