SOLICITATION NOTICE
23 -- Mine Emergency Operations Communication Trailer - Statement of Work - Past Performance Questionnaire
- Notice Date
- 7/10/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336212
— Truck Trailer Manufacturing
- Contracting Office
- Department of Labor, Mine Safety and Health Administration, Acquisition Management Branch (WV), 1301 Airport Road, Beaver, West Virginia, 25813-9426
- ZIP Code
- 25813-9426
- Solicitation Number
- 454-12MR-1636
- Archive Date
- 8/24/2012
- Point of Contact
- Mindy L. Smith, Phone: 3042563537
- E-Mail Address
-
smith.mindy@dol.gov
(smith.mindy@dol.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Past Performance Questionnaire Statement of Work This is a 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is 454-12MR-1636 and it is issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58. This is a total small business set-aside under North American Industrial Classification System (NAICS) code 336212 (Truck Trailer Manufacturing) with a small business size standard of 500 employees or less. The following is a list of contract line items being sought. CONTRACT LINE ITEM NUMBER (CLIN)/DESCRIPTION/QUANTITY/UNIT 0001/Final trailer design and detail drawings provided/approved by MSHA prior to construction/QTY 1/JA(Job) 0002/Framework main structure complete/QTY 1/JA 0003/Large component arrival such as AC units, Liebert Rack, and Generator/QTY 1/JA 0004/Installation of mechanical components such as electrical and HVAC components/QTY 1/JA 0005/Completion of interior walls and insulation/QTY 1/JA 0006/Completion of any finish work, mounting of dish, CAT5 terminations, trim installation, etc./QTY 1/JA 0007/Final delivery and acceptance of completed trailer/QTY 1/JA 0008/Submission of monthly progress reports/QTY 1/JA All CLINS are to be priced in accordance with the Statement of Work. A full description of the requirement can be found in the attached Statement of Work. New products ONLY; NO remanufactured or "gray market" items. All items must be covered by manufacturer's warranty. Unit shall be delivered and accepted at DOL/MSHA, 626 Cochran Mills Road, Pittsburgh, PA 15326 by 6 months after date of award. Delivery terms to be FOB: DEST. The following provisions and clauses apply to this acquisition: FAR 52.202-1, Definitions; 52.203-5, Covenant Against Contingent Fees; 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.203-7, Anti-Kickback Procedures; 52.204-6, Data Universal Numbering System (DUNS) Number; 52.204-7, Central Contractor Registration; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.211-5, Material Requirements; 52.211-6, Brand Name or Equal; 52.212-1, Instructions to Offerors-Commercial; 52.212-2, Evaluation-Commercial Items (See Addenda below); 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.216-24, Limitation of Government Liability; 52.216-25, Contract Definitization; 52.217-8, Option to Extend Services; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports for Veterans; 52.222-41, Service Contract Act of 1965; 52.222-50, Combating Trafficking in Persons; 52.222-52, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Certification; 52.225-13, Restrictions on Certain Foreign Purchases; 52.225-18, Place of Manufacture; 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification; 52.232-1, Payments; 52.233-1, Disputes, Alternate I; 52.233-2, Service of Protest; 52.233-3, Protest after Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.243-1, Changes-Fixed Price; 52.244-6, Subcontracts for Commercial Items; 52.246-2, Inspection of Supplies -- Fixed-Price; 52.247-34, F.o.B. Destination. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items also applies to this acquisition to include 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-6, Notice of Total Small Business Aside; 52.219-13, Notice of Set-Aside of Orders; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-1, Buy American Act-Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The full text of all provisions and clauses can be found at www.acquisition.gov. Addenda to 52.212-2, Evaluation-Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: i) Technical Approach ii) Understanding of the Requirement iii) Past Performance iv) Price The Government will award a single Firm Fixed Price contract from this combined synopsis/solicitation using the Tradeoff process to the responsible Contractor whose offer conforming to the solicitation is most advantageous to the Government based on the best overall proposal that is determined to be the most beneficial to the Government, with appropriate consideration given to the four evaluation factors: {Technical Approach, Understanding of the Requirement, Past Performance, and Price}. Factor I, Technical Approach and Factor II, Understanding of the Requirement are of equal importance and are significantly more important than Factor III, Past Performance. Contractors are cautioned that an award may not necessarily be made to the lowest price offered. The Government is more concerned with obtaining superior equipment than with making an award at the lowest overall price to the Government. However, the Government will not make an award at a significantly higher overall price to the Government to achieve slightly superior equipment. To receive consideration for award, a rating of no less than "Acceptable" must be achieved for Factor I, (Technical Approach) and Factor II, Understanding of the Requirement. The Government intends to evaluate offers and award a contract without discussions with Contractors. Therefore, the Contractor's initial offer should contain the Contractor's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. EVALUATION SUMMARY: FACTOR I - TECHNICAL APPROACH: The proposal will be evaluated to determine whether the Contractor's methods and approach have adequately and completely considered, defined, and satisfied the requirements specified in the solicitation and in accordance with the SOW and whether the Contractor's methods and approach to meeting the solicitation requirements provide the Government with a high level of confidence of successful completion within the required schedule. The Contractor shall submit a proposal that demonstrates its understanding of the work described in the SOW and the extent to which potential risks are identified and mitigated. No pricing information is to be provided in the Technical Proposal. FACTOR II - UNDERSTANDING OF THE REQUIREMENT: The Government will evaluate the Contractor's understanding of the work to be performed in accordance with the SOW. The Contractor shall submit a proposal that demonstrates its understanding of the work described in the SOW and the extent to which potential risks are identified and mitigated. FACTOR III - PAST PERFORMANCE: The Government will evaluate past performance of three (3) current or previous contracts for relevancy (within 3 years) with at least one (1) previous or current contract with relevancy within the past 12 months based on how well the contractor performed on projects of similar dollar value, scope, and complexity. Contractors are advised that the Government may use past performance information obtained from centralized past performance databases and sources other than those identified by the Contractor and the information obtained may be used for both the responsibility determination and the best value decision. The absence of past performance data will be rated neither favorably nor unfavorably. Contracts listed may include those entered into with Government agencies or private sectors. For contractors with no relevant corporate past performance, the Government may take into account information regarding the past performance of predecessor companies, key personnel with relevant past performance, or subcontractors that will perform key aspects of the requirement. The Government will evaluate the Past Performance Elements specified in the Past Performance Questionnaire. FACTOR IV - PRICE: The Government will evaluate offers for award purposes by adding the total of all CLIN prices, including all options to ensure that pricing is not unbalanced. Price will be evaluated for completeness and reasonableness using the techniques in FAR 15.404-1(b) (2). Price will become significantly more important as technical ratings approach equality. No adjectival ratings will be used to evaluate Price. ADJECTIVAL RATINGS: Quotes will be adjectivally rated against each of the evaluation factors set forth in this solicitation. Adjectival ratings for Factor I, Technical Approach, follows. Factor I- Technical Approach, and Factor II-Understanding of the Requirement, will be rated using the following Adjectival Scale: Outstanding-A proposal that satisfies all of the Government's requirements with extensive detail to indicate feasibility of the approach and shows a thorough understanding of the problems and offers numerous significant strengths, which are not offset by weaknesses, with an overall low degree of risk in meeting the Government's requirements. Good-A proposal that satisfies all of the Government's requirements with adequate detail to indicate feasibility of the approach and shows an understanding of the problems and offers some significant strengths or numerous minor strengths, which are not offset by weaknesses, with an overall low to moderate degree of risk in meeting the Government's requirements. Acceptable-A proposal that satisfies all of the Government's requirements with minimal detail to indicate feasibility of the approach and shows a minimal understanding of the problems, with an overall moderate to high degree of risk in meeting the Government's requirements. Unacceptable-A proposal that contains a major error(s), omission(s) or deficiency(ies) that indicates a lack of understanding of the problems or an approach that cannot be expected to meet requirements or involves a very high risk; and none of these conditions can be corrected without a major rewrite or revision of the proposal. Factor III-Past Performance will be rated using the following Adjectival Scale: Low Risk-Little doubt exists, based on the Contractor's performance record, that the Contractor can perform the proposed effort. Medium Risk-Some doubt exists, based on the Contractor's performance record, that the Contractor can perform the proposed effort. High Risk-Significant doubt exists, based on the Contractor's performance record, that the Contractor can perform the proposed effort. Unknown Risk-Little or no relevant performance record identifiable; equates to an unknown risk rating having no favorable or unfavorable evaluation significance. No adjectival ratings will be used to evaluate Factor IV, Price. Quotes must be received by Mindy Smith, Contract Specialist, no later than 3:00 PM (EST) on July 24, 2012 and will be accepted by e-mail at smith.mindy@dol.gov. Electronic quotes must be submitted in a format compatible with Microsoft Office 2007 or Adobe. Quote pricing must be sent as a separate file from the proposal. Quotes must be valid for a period of 45 days and include enough information for the Government to make a determination that the Contractor can responsibly deliver the required items and perform the work. Quotes must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. Submitting a copy of your Online Representations and Certification Application (ORCA) registration will satisfy this requirement. Registration in the ORCA system is free. Quotes must include the solicitation number, proposed delivery schedule, discount/payment terms, Tax ID number, cage code, Data Universal Number System (DUNS) number, and identification of any commercial items manufactured outside the United States. Instructions on Past Performance Questionnaire-The attached questionnaire shall be distributed by the Contractor to three current or previous contract holders as referenced in the Evaluation Summary section of this posting. Part I of the form will be completed by the Contractor submitting the quote for this requirement and then sent to the Contractor's references. Part II will be completed by the Contractor's reference and returned directly to Mindy Smith, Contract Specialist, at smith.mindy@dol.gov by the closing date of this requirement. All questions on this requirement must be submitted in writing by e-mail to the Contract Specialist by 9:00 AM (EST) on July 16, 2012 at smith.mindy@dol.gov. Phone calls will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/MSHA/BeacerWV/454-12MR-1636/listing.html)
- Place of Performance
- Address: 626 Cochran Mills Road, Pittsburgh, Pennsylvania, 15326, United States
- Zip Code: 15326
- Zip Code: 15326
- Record
- SN02798738-W 20120712/120711000004-c36642c113753b0a9e053467f7217191 (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 |