SOLICITATION NOTICE
66 -- Automated Weighing Systems - Past Performance Questionairre - Performance Work Statement - Tour Presentation
- Notice Date
- 8/14/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Labor, Mine Safety and Health Administration, Acquisition Management Division (VA), 1100 Wilson Boulevard, Room 2133, Arlington, Virginia, 22209-3939
- ZIP Code
- 22209-3939
- Solicitation Number
- 465-13MR-2231
- Archive Date
- 9/24/2013
- Point of Contact
- Tracey Cross,
- E-Mail Address
-
cross.tracey@dol.gov
(cross.tracey@dol.gov)
- Small Business Set-Aside
- N/A
- Description
- Presentation for site visit Performance Work Statement Past Performance Questionairre 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 465-13MR-2231 and it is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-69. This is acquisition is unrestricted with a preference given to small businesses under North American Industrial Classification System (NAICS) code 334516 (Analytical Laboratory Instrument t Manufacturing) with a small business size standard of 500 employees. The following is a list of contract line items being sought: CONTRACT LINE ITEM NUMBER (CLIN)/DESCRIPTION/QUANTITY/UNIT PRICE CLIN Description QTY Unit Price Total 0001/ Automated Weighing system (AWS) 3 0002/ Estimated Travel (NTE) $5,000.00 $5,000.00 Note: the Second and Third units will be acquired in Option years One and/or Two - Subject to the availability of funds. Estimated travel is assessed only for delivery of AWS, not for Extended Warranty/Maintenance Agreement. Option Year One 1001/ Automated Weighing System (AWS) Priced Above 1002/ Extended warranty/Maintenance agreement 1003/ Estimated Travel (NTE) $5,000.00 $5000.00 Option Year Two 2001/ Automated Weighing System (AWS) Priced Above 2002/ Extended warranty/Maintenance agreement 2003/ Estimated Travel (NTE) $5,000.00 $5,000.00 Option Year Three 3001/ Extended warranty/Maintenance agreement Option Year Four 4001/ Extended warranty/Maintenance agreement Note: Travel will be a Not to Exceed (NTE) $5,000.00 line item to be reimbursed in accordance with the Federal Travel Regulations (FTR). Estimated travel will be evaluated on realism for the requirement. All CLINS are to be priced in accordance with the Performance Work Statement. A full description of the requirement can be found in the attached Performance Work Statement. New products ONLY; NO remanufactured or "gray market" items. All items must be covered by manufacturer's warranty. First Unit and all deliverables 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. NOTE: A site visit will be conducted on August 22, 2013 at 10:00am Eastern Time, interested parties are strongly encouraged to attend. Please contact Joe Robinson (412) 386.6979 to register. 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, Personal Identity Verification of Contractor Personnel; 25.204-99, System for Award Management Registration (Deviation); 52.211-5, Material Requirements; 52.211-6, 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; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; 52.219-1, Small Business Program Representations; 52.220-20, Walsh-Healy Public Contracts Act; 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; 52.219-28, 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; 52.225-2, Buy American Act Certificate; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (Deviation); 52.237-1 Site Visit. The full text of all provisions and clauses can be found at www.acquisition.gov. (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. Offers will be evaluated using a Cascading method of evaluation. (1) Offers are being solicited from both small and large business under a two-tiered solicitation. (2) Offers from all small business will be considered for award prior to any offers from large businesses. (3) (a)If the Contracting Officer determines that sufficient competition exists between small businesses, an award will be made to a small business, under the first tier, without consideration of offers submitted by large businesses. (b) If the Contracting Officer determines that insufficient competition exists between small businesses, offers from large businesses as well as small businesses will be considered for award. The following factors shall be used to evaluate offers: 1) Technical Approach 2) Management Approach 3) Prior Experience Offering similar systems to industry or Government agencies 4) Past Performance 5) Price The Government intends to award a single Firm Fixed Price contract from this combined synopsis/solicitation using the Best Value 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 five evaluation factors: {Technical Approach, Management Approach, Prior Experience, Past Performance and Price}. Factor I, Technical Approach, Factor II, Management Approach are more important than Factor III, Prior Experience and Factor IV, Past Performance; and Factor III and Factor IV are more important than Factor V, Price. The combination of Factors I, II, III, and IV are more important than Factor V - Price. 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 product. The closer or more similar in merit that the Offeror's technical proposals are evaluated to be; the more likely the evaluated cost may be the determining factor in selection for award. To receive consideration for award, a rating of no less than "Acceptable" must be achieved for Factor I, (Technical Approach), Factor II (Management Approach), and Factor III, Prior Experience Offering similar systems to industry or Government agencies. 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. 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 PWS 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 PWS and the extent to which potential risks are identified and mitigated. No pricing information is to be provided in the Technical Proposal. The Sub-factors for this Factor will be used to evaluate the degree to which the Offeror's proposed approach demonstrates a clear understanding, meets all requirements and challenges of the requirement. Proposals will be evaluated on the Offeror's response to the Sub-factors identified below: Sub-Factor 1: Technical Approach a. Does the Offeror provide sufficient information and solutions to technically address the PWS? Sub-Factor 2: MSHA Approved Equipment a. Is all the essential equipment proposed MSHA Approved, pending approval, or capable of approval? b. Does the Offeror provide specification sheets for each proposed product? c. Do these products reflect what is in the PWS? Sub-Factor 3: Proposed system a. Are "Independent operation and verification capabilities" defined in the Offeror's proposal? b. Does the Offeror's proposed system show computer data file formats, to the degree specified in the PWS? Sub-Factor 4: Quality Control and QASP a. Does the Offeror provide an effective Quality Control Plan that addresses the PWS? b. Does the Offeror effectively address the elements of the QASP? FACTOR II - MANAGEMENT APPROACH: The Offeror's management approach will be evaluated to determine the extent to which the Offeror demonstrates it has developed a strategy for mitigating risks for the effective and efficient management of contract tasks to successfully fulfill the requirements outlined in the PWS. Proposals will be evaluated on the Offeror's description of its existing resources, assets, and competencies that are proposed to use to satisfy the requirements. FACTOR III - PRIOR EXPERIENCE: Offering similar systems to industry or Government agencies: The Government will evaluate the Contractor's recent and relevant past experience offering similar systems to industry or Government agencies within the last three (3) years. Recent is defined as experience acquired in the last three years from the closing date of this solicitation. Not Relevant experience is defined as past/present experience effort that did not involve any of the magnitude of effort and complexities this solicitation required. Relevant is defined as past/present performance efforts involved much of the magnitude of effort and/or complexities this solicitation requires.: The Government will evaluate the Contractor's understanding of the work to be performed in accordance with the PWS. The Contractor shall submit a proposal that demonstrates its understanding of the work described in the PWS and the extent to which potential risks are identified and mitigated. FACTOR IV - 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 on the attached Past Performance Questionnaire. FACTOR V - 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 of 1.) System Platform (AWS), 2.) Software and Control, 3.) Training and Installation; 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. PROPOSAL INSTRUCTIONS Hardcopy proposals must be received by Tracey Cross, Contract Specialist, Mine Safety and Health Administration, 1100 Wilson Boulevard, 21st Floor, Arlington, VA 22209 no later than 2:00 PM (ET) on September 9, 2013 and electronic proposals must be received by e-mail at: cross.tracey@dol.gov. Electronic proposals must be submitted in a format compatible with Microsoft Office 2007 or Adobe. Offerors must submit: (1) CD Version of proposal; (7) hard copy proposals of each volume; in three ring binders with insertable clear jacket covers, on 8 ½ x 11 paper in 12 pitch Times New Roman font, 10 pitch font for tables. One complete unsterilized hardcopy proposal; and six complete sterilized hardcopies NOT containing company identifying language or logos within the proposal volumes. Price proposals must be sent as a separate file from the past performance questionnaires and technical proposal. Pricing 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. Technical proposals shall not exceed 20 pages (not including product descriptions and specifications) Pricing Proposals shall not exceed 3 pages. Proposals 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. Proposals 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 at least three current or previous contract holders, no more than five, 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 (an advance listing of those requested to respond should be forwarded to the contract specialist by 12:00pm Eastern, August 26, 2013). Part IV will be completed by the Contractor's reference and returned directly to Tracey Cross, Contract Specialist, at: cross.tracey@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 12:00 Noon (ET) on August 26, 2013 at cross.tracey@dol.gov. Phone calls will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/MSHA/ArlingtonVA/465-13MR-2231/listing.html)
- Place of Performance
- Address: Mine Safety and Health Administration, Pittsburgh Safety and Health Technology Center, 626 COCHRANS MILL ROAD, Pittsburgh, Pennsylvania, 15236, United States
- Zip Code: 15236
- Zip Code: 15236
- Record
- SN03148200-W 20130816/130814234902-c8f66df8343341dcdb2dc257cbbbc75e (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 |