Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2002 FBO #0075
SOLICITATION NOTICE

P -- Classified Waste Disposal Services

Notice Date
12/4/2001
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of State, Office of Logistics Management, Acquisition Management, SA-6, 2nd Floor P.O. Box 9115, Rosslyn Station, Arlington, VA, 22219
 
ZIP Code
22219
 
Solicitation Number
S-LMAQM-01-R-0195
 
Response Due
1/22/2002
 
Point of Contact
Pete Jones, Contract Specialist, Phone 7038756273, Fax 7038756085,
 
E-Mail Address
jonespw@state.gov
 
Description
s personnel will have to obtain a Government sponsored security clearance at the Top Secret Level. Duration of the contract period is one base year and four one-year options. A pre-proposal conference will be held with prospective offerors on 2 PM January 7, 2002. The pre-proposal conference will be held with prospective offerors in room 2B25 at DOS Harry S. Truman (Main State) Building, 2201 C Street, N.W. Washington, DC. 20520-0001 The prospective contractor is provide the following key personnel at contract commencement: PROJECT MANAGER, STATIONARY ENGINEER (S), CLASSIFIED MATERIAL HANDLER (S), TRUCK DRIVER. The complete qualification requirements for all key personnel requirements for all key and non-key personnel are listed in the solicitation. Award will be made to the firm offering the Best Value will be determined by tradeoffs between technical merit and price. As technical merit of the offerors' proposals become more equal, the evaluated cost or price may become the determining factor. In the event that further evaluation of price or cost is warranted, Best Value will be determined by tradeoffs between technical merit and price or cost that promises the greatest value to the Government. Offerors lacking relevant past performance shall receive a neutral evaluation. For proposes of this situation "neutral" is defined as Satisfactory in past performance rating. In the case of technically acceptable identical offerors, preference will be given to the offeror with relevant past performance. In evaluating the offerors proposed price, the Government will determine whether the proposed prices are realistic and reasonable in relationship to the solicitation and the technical proposal. TECHNICAL EVALUATION CRITERIA: Maximum Possible Rating: Excellent. Category A ? Management Plan, Category B ? Operation Plan, Category B1 ? Operation and Maintenance Plan, Category B2 ? Quality Control Program, Category B3 - Phase-In Plan, Category C - Key Personnel Qualifications, Category D ? Non-Key Personnel, Category E ? Corporate Organizational History, Category F ? Corporate Organizational Structure, Category G ? Past Performance. METHOD OF EVALUATION Scoring Rating of the overall technical proposal is as follows: DEFINITIONS: Excellent Proposal demonstrates excellent understanding of requirements and approach that significantly exceeds performance or capability standards. Have exceptional strengths that will significantly benefit the Government. Good: Proposal demonstrates good understanding of requirements and approach that exceeds performance or capability standards. Proposal has one or more strengths that will benefit the Government. Satisfactory: Proposal demonstrates acceptable understanding of requirements and approach that meets performance or capability standards. Proposal demonstrates acceptable solution. However, have few or no strengths. Marginal: Proposal demonstrates shallow understanding of requirements and approach that only marginally meets performance or capability standards necessary for minimal but acceptable contract performance. Unsatisfactory: Fails to meet performance or capability standards. Requirements can only be met with major changes to the proposal. All questions must be in writing regarding this solicitation in to Pete Jones, Contracting Specialist. Questions may be submitted via email to Jones, Pete@state.gov. Questions must be received by close of business no later than ten business days after issuance of this solicitation to ensure a timely response. Questions received after that date may not be answered prior to the date established for the receipt of proposals. Questions should be addressed to: U.S. Department of State Office of Acquisition Management P.O. Box 9115, Rosslyn Station, Arlington, VA 22219, Attn: Pete W. Jones, FAX No.: (703) 875-6085. The hand delivery address is: U.S. Department of State, Office of Acquisition Management, Room 528, 1701 N. Fort Myer Drive, Arlington, VA 22209, Attn: Pete W. Jones (Visitor's entrance via 17th Street). PLEASE CONTACT Pete W. Jones, before submitting a courier or express mail package. This solicitation will be issued via the Internet on Statebuy Interactive Platform (SIP). You can reach the SIP through the URL: http://statebuy.gov/home.htm under Business Opportunities, or proceed directly to http://state.monmouth.army.mil/. Proceed to "U.S. State Department Business Opportunities" to see the listing that will contain the solicitation. If you have problems accessing the site or solicitation, you may contact Mr. Stuart Toleman at tolemansc@state.gov or call (703) 516-1694. You are encouraged to "Subscribe" under the "Secured Services" area (it is on http://state.monmouth.army.mil/) and be sure to put in a correct email address and check the box on the CBD Classification Code identified in the announcement. This will put your firm on a list server to receive emails if amendments to, messages, or other information is launched to this RFP (block 9 of the SF33). . No paper copy of the RFP will be mailed. *****. SIC Code 4953. YOU MUST DOWNLOAD THE FOLLOWING THREE FILES LISTED BELOW TO RECEIVE THE ENTIRE RFP. THEY ARE 1) SF33; 2) RFP CLASSIFIED WASTE; 3) DD254.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/State/A-LM-AQM/A-LM-AQM/S-LMAQM-01-R-0195/listing.html)
 
Place of Performance
Address: US Department of State Harry S. Truman Building 2201 C Street, N.W. Washington, DC 20520
Zip Code: 20520
Country: USA
 
Record
SN00026523-F 20020215/020213214048 (fbodaily.com)
 
Source
FedBizOpps.gov 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.