Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2012 FBO #3729
SOLICITATION NOTICE

K -- Federal Aviation Administration (FAA) Fall Protection Tower Upgrades - Statement of Work - Evaluation Criteria

Notice Date
2/7/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238120 — Structural Steel and Precast Concrete Contractors
 
Contracting Office
Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093
 
ZIP Code
02142-1093
 
Solicitation Number
DTRT57-21-Q-80021
 
Archive Date
5/7/2012
 
Point of Contact
Karen M. Marino, Phone: 6174942437
 
E-Mail Address
karen.marino@dot.gov
(karen.marino@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Technical Evaluation Criteria Statement of Work (SOW) This is a competitive combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation No. DTRT57-12-Q-80021 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55, effective January 3, 2012. This procurement is being conducted as a Small Business Set-Aside. The NAICS Code is 238120, Structural Steel and Precast Concrete Contractors, the Small Business size standard is $14.0 million. The U.S. Department of Transportation, Research and Innovative Technology Administration, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, is seeking to acquire support to assist the Volpe Center with the fall protection safety upgrades of three (3) Federal Aviation Administration (FAA) facilities in the Eastern Service Area, located in Worcester, MA; Erving, MA; and Holyoke, MA. The requirement for these services is described in detail in the attached Statement of Work (SOW) (Attachment No. 1). The Government intends to award one (1) purchase order on a firm-fixed price basis as a result of this solicitation. The period of performance for this purchase order will be from date of purchase order award through June 29, 2012. This RFQ is expected to result in a single purchase order award, subject to receipt of an acceptable quotation. An award will be made to the source whose quotation, conforming to the solicitation and specifications listed in the SOW, is determined to offer the best value to the Government in accordance with the evaluation criteria contained in Attachment No. 2 and below. The Offeror shall provide pricing for the following Contract Line Items (CLINs) in accordance with the attached SOW: CLIN 0001 - Worcester, MA: tiny_mce_marker_____________ CLIN 0002 - Erving, MA: tiny_mce_marker_____________ CLIN 0003 - Holyoke, MA: tiny_mce_marker_____________ TOTAL: tiny_mce_marker_____________ INSTRUCTIONS TO OFFERORS: The offer should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Karen Marino, RVP-32, 55 Broadway, Cambridge, MA 02142. The signed offer must be submitted via e-mail to Karen.Marino@dot.gov. The time for receipt of offers is 2:00 PM Eastern Time on 02/20/2012. FAR 52.212-1, Instruction of Offerors-Commercial Items is hereby incorporated by reference. All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. ADDITIONAL INSTRUCTIONS TO OFFERORS: The Vendor shall provide the following with its quotation: A. The name and contact information of a readily accessible company representative(s) for emergencies. B. A list of personnel, who will be used to complete the needed work, including: 1. Applicable Certifications 2. Applicable Experience Lists 3. Applicable Safety Training Certificates C. Proposed subcontractors (if applicable) including: 1. Applicable Certifications 2. Applicable Experience Lists 3. Applicable Safety Training Certificates D. Vendor's Health and Safety Plan, Fall Protection Program and Personal Protective Equipment Program. E. Material Safety Data Sheets (MSDSs) for all chemicals to be used in the execution and completion of this project. F. List of materials to be supplied with sketches and/or diagrams for the installation of the guard rail extensions, swing gates and ladders. All steel materials and hardware must be galvanized. TECHNICAL EVALUTION CRITERIA For this solicitation, each of the two (2) technical evaluation criteria is given an equal weight, and the sub-criteria under each are also weighted equally. The two (2) technical evaluation criteria are: Technical Capability (maximum five (5) pages, double-spaced, Times New Roman 12 font), in particular, the following: -Describe the Vendor's approach to the tasks described in the SOW which demonstrates its technical understanding and capability to perform the required work; -The name and contact information of a readily accessible company representative(s) for emergencies; -A list of personnel, who will be used to complete the needed work, including: 1. Applicable Certifications 2. Applicable Experience Lists 3. Applicable Safety Training Certificates; -Proposed subcontractors (if applicable) including: 1. Applicable Certifications 2. Applicable Experience Lists 3. Applicable Safety Training Certificates; -Vendor's Health and Safety Plan, Fall Protection Program and Personal Protective Equipment Program; -Material Safety Data Sheets (MSDSs) for all chemicals to be used in the execution and completion of this project; -List of materials to be supplied with sketches and/or diagrams for the installation of the ladders. All steel materials and hardware shall be galvanized. Past Performance (maximum five (5) pages, double-spaced, Times New Roman 12 font), in particular, the following: -Recent and relevant contracts for similar work for fall protection safety upgrades (i.e., contracts performed within the past five (5) years for similar work and magnitude as described in the SOW). This information should include contract numbers, points of contact with telephone numbers, and other relevant information. The Basis for Award for this solicitation is Best Value. An award will be made to the offeror whose offer, conforming to the solicitation and the SOW, is determined to offer the best value to the Government. The technical understanding and capability of the vendor, as demonstrated by its technical description, to meet the Government requirements is more important than price. The Vendor's technical description will be evaluated in accordance with the following two (2) evaluation criteria: 1. Technical Capability; 2. Past Performance. The Offeror is reminded that as of January 1, 2005, it must provide Certifications and Representations online at least annually via ORCA at the following website: http://orca.bpn.gov. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, (OCT 2010) is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is hereby incorporated by reference. Additional clauses cited in 52.212-5 that apply to this acquisition are: 52.203-6, 52.214-35, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-16, 52.223-18, 52.225-13, 52.232-33, 52.232-34, and 52.222-41. These references may be viewed at www.acquisition.gov/far. No telephone requests will be honored. The Government will not pay for any information received. The following notice is provided for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises. ATTENTION: Small and Disadvantaged (SDB), Women-Owned, and Disadvantaged Business Enterprises (DBEs). The Department of Transportation's (DOT) Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation-related contracts. The Maximum line of credit is $750,000. The STLP loan has a variable rate, which is connected to the prime rate. The current rate may be found on the OSDBU website http://osdbuweb.dot.gov or call 1-(800) 532-1169.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-21-Q-80021/listing.html)
 
Record
SN02669526-W 20120209/120207235534-01a14a2fbfde8e4c9c0725b60b7c77e9 (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.