SOLICITATION NOTICE
Z -- Presolicitation Notice for maintenance and repair services of AFH facilities at USAG Yongsan
- Notice Date
- 12/10/2015
- Notice Type
- Presolicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- Department of the Army, Army Contracting Command, ECC, 411TH CSB - RCC YONGSAN (PARC Korea), UNIT 15289, APO AP, 96205-0062, Korea, South
- ZIP Code
- 00000
- Solicitation Number
- W91QVN16R0030
- Point of Contact
- Levi Alexis,
- E-Mail Address
-
levi.b.alexis.civ@mail.mil
(levi.b.alexis.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The 411th Contracting Support Brigade (CSB), Korea intends to issue a full and open competition solicitation for the contract for Demand Maintenance Order (DMO), including both, Scheduled and Un-Scheduled Maintenance, Repair, Grounds and Cleaning Services for Army Family Housing (AFH) at USAG Yongsan. The North American Industry Classification System (NAICS) code for this procurement is 561720. In accordance with DFARS 252.204-7004, Alternate A, all interested offerors shall be registered in the System for Award Management (SAM). Award will be made to the responsible offeror submitting the Best Value Lowest Priced, Technically Acceptable (LPTA) offer that satisfies all terms and condition of the solicitation. The following ratings will be used in evaluating all non-price technical factors and subfactors: Acceptable - Proposal clearly meets the minimum requirements of the solicitation. Unacceptable - Proposal does not clearly meet the minimum requirements of the solicitation. Scope of Work: This acquisition is a recurring requirement for maintenance and repair services of existing AFH facilities at USAG-Yongsan. The main service requirements are; Demand Maintenance Order (DMO) including both scheduled & un-scheduled Maintenance Repair, Major Replacement/Repair Service, Emergency Minor Repair Service, Project Works, Between Occupancy Maintenance (BOM) which includes; Change of Occupancy Maintenance (COM), Change of Occupancy Cleaning (COC), and Change of Occupancy Painting (COP) Maintenance of Common Areas, Maintenance & Operation of Heating, Ventilation and Air Conditioning (HVAC) Equipment, Playground Inspections & Maintenance, Cleaning Services in Common Areas, Policing and ground maintenance services in Common Areas and Facilities Repairs and Safety Inspections of all AFH Facilities. Period of Performance (POP): Phase-In Period: 1 March 2016 - 31 March 2016 (1 month) Base Year: 1 April 2016 - 29 February 2017 (11 months) 1st Option Year: 1 March 2017 - 28 February 2018 2nd Option Year: 1 March 2018 - 28 February 2019 3rd Option Year: 1 March 2019 - 29 February 2020 4th Option Year: 1 March 2020 - 28 February 2021 Contract Type: A single Firm Fixed Price (FFP) and Requirements CLIN for FFP Task Order type of contract. Technical Evaluation Factors: Factor A. Technical Capability: All subfactors under Technical factor are of equal importance and shall be evaluated on an acceptable or unacceptable basis. A rating of unacceptable for any factor or subfactor will result in technically unacceptable rating. Failure to provide documents addressed below will result in a rating of "Unacceptable". Subfactor 1: Contractor's Qualification (1). Certificate of Business Registration and Permission: The offeror shall provide all three (3) below identified requirements. For the ii) & iii) requirement, subcontractor's registration and permission is allowable. In case of subcontractor(s) use, the offeror shall submit copies of the subcontract agreement with official companies who possess the registration and permission. Additionally, the offeror shall submit copies of the subcontractor's specific registration and permission issued by ROK. i) Prime Contractor's a valid Construction Business Registration for the business item category of "Building/Facilities Maintenance" in accordance with the Article 9 of ROK Law "Framework Act on Construction Industry". ii) Electric Work Business registration in accordance with the "Electric Work Business Act, Article 4, Para 1 of the ROK Law. iii) Public Sanitation Control Business Permission. The offeror shall provide a copy of both English and Korean versions of all valid and current Certificates of Business Registration and Permission issued by ROK for stated above requirements. (2). Prior Experience: At least one (1) year of verifiable similar or relevant experience in preventive maintenance & repair, cleaning and PWS related services of various facilities within the last five (5) years from the release date of this solicitation. Offeror(s) are requested to provide their prior experience information contains following data, but not limited to: - Location of the work performed - Nature of the business area(s) involved - Contract numbers and types - Description and relevancy of the work - Dollar value - Contract award and completion dates - Reference Point(s) of Contract who can verify each prior experience Subfactor 2: Key Personnel Qualification -Submission of the required valid licenses issued by ROK with resumes which state the experience and qualifications for all key personnel listed below. (1) Contract Manager (CM): i) Prior Experience: Have at least two (2) years experiences as CM in managing facility repair and maintenance or similar projects within the last five (5) years. ii) English Proficiency: Possess a Test of English for International Communication (TOEIC) score certificate validating English proficiency for all following requirements; - Have a minimum combined speaking and writing score of 270 with a minimum score of 130 on speaking and a minimum score of 120 on writing. - Have a minimum combined listening and reading score of 650 on with a minimum score of 250 on the listening and a minimum score of 300 for the reading. (2) Plumber: A certified Craftsman Plumbing license with at least two (2) years of experience in plumbing repair within the last five (5) years. (3) HVAC Mechanic: A certified Craftsman Air- Conditioning and Refrigerating Machinery license with at least two (2) years of experience in mechanical repair and maintenance of HVAC systems within the last five (5) years. (4) Electrical Craftsman: A certified Craftsman Electricity license with at least two (2) years of experience in electrical repair works within the last five (5) years. (5) Skilled Facility Repair Craftsman: At least two (2) years of experience in performing wall board, tile and masonry repair works within the last five (5) years. (6) Skilled Facility Repair Painter: At least two (2) years of experience in this type of work within the last five (5) years. (7) Customer Service Representative (CSR): i) Prior Experience: Have at least two (2) years experiences in General Customer Services within the last five (5) years. ii) English Proficiency: Possess a Test of English for International Communication (TOEIC) score certificate validating English proficiency for all following requirements. - Have a minimum combined speaking and writing score of 270 with a minimum score of 130 on speaking and a minimum score of 120 on writing. - Have a minimum combined listening and reading score of 650 on with a minimum score of 250 on the listening and a minimum score of 300 for the reading. Factor B. Management Approach: Subfactor 1: Staffing Plan - A staffing plan that clearly demonstrates how the offeror will perform the demand maintenance order, repair, cleaning service, and grounds maintenance for AFH at USAG Yongsan to include but not limited to: - Labor categories and number of technicians by contract year to support PWS - Recruitment policy and timeline for replacement of technicians - The contractor shall provide the COR with an up-to-date list of employees at all times - Transition strategy between each contract year to include labor categories and number of technicians - In the event of a change of employee, the contractor shall advise the COR of the change to include name and qualifications. Subfactor 2: Quality Control Plan (QCP) - Submission of a QCP that demonstrates the offeror's approach to conducting comprehensive quality control. The plan shall clearly describe the offeror's quality control methods and practices such as standardized procedures to monitor performance, identify discrepancies, and take corrective action to prevent re-occurrences. As part of the QCP, the Offeror shall identify what items the Offeror will inspect under its comprehensive QC for each task listed in the PRS table. Subfactor 3: Phase-In Plan (PIP) - Submission of PIP that clearly demonstrates how the offeror will prepare for 100% full performance in accordance with the PWS and by the end of the one (1) month phase in period to include but not limited to: - All general and administrative (G&A) functions and pre-hiring activities normally accomplished by contractor prior to physical phase-in performance - How the contractor provides required personnel at performance locations, training and implementation on all reports, property control plan, safety plan, services, suspense dates, a time phased and schedule of installation access and procedures needed - How this transition will take place without interruption of ongoing USAG-Yongsan AFH maintenance services. Factor C. Past Performance: The Government will evaluate the offeror's record of past and current performance to ascertain the probability of successfully performing the required efforts of the PWS. The past performance factor considers the Offeror's demonstrated recent and relevant record of performance in supplying services that meet the contract requirements. Past performance will be evaluated on an acceptable/unacceptable adjectival ratings as shown below chart when using LPTA basis of award. Offerors are required to identify contracts, both commercial and Government contracts for the same or similar service. The Government may ascertain past performance information on the offeror from sources other than the contracts/references provided. The following ratings will be used in evaluating Past Performance: Acceptable - Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown (See note below) Unacceptable - Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv)). Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, "unknown" shall be considered "acceptable" Past Performances will be evaluated on the contractor's list of contracts which they have performed same or similar services relevant to this solicitation's requirement within the last five (5) years as of the released date of the solicitation. Relevant past performance are those that are the "same or similar" services based on size, scope, complexity, and contract type. Offerors' recent and relevant past performance may consist Government and/or commercial contracts for the prime offeror and/or for each major subcontractor who performed during the past five (5) years from the release dated of this RFP. The offeror's past performance will be evaluated in accordance with FAR 15.305(a) (2). Past performance of offerors will be evaluated based on the following processes: Review of the detailed explanation submitted by offerors, demonstrating the relevance of the references to the requirements of the solicitation. Review of each reference in the Past Performance Questionnaire (Attachment X) provided by offerors. References will be contacted by phone to verify contents in detail explanation and to determine record of compliance with contract requirements, accuracy of reports, technical and quality awards/certificates. The Government reserves the right to obtain past performance information from any reasonable source available, including the Past Performance Information Retrieval System (PPIRS) website http://www.ppirs.gov in order to evaluate offerors' past performance. Also CPARS, if applicable, will be used for evaluation of the past performance. NOTE: As part of the Responsibility Determination, the Contracting Officer will evaluate past performance to determine the offeror's capability to perform the contract. Failure to submit data or lack of any performance history will not in itself be a reason for determination of non- responsibility. The Contracting Officer is not limited to the information provided. The Contracting Officer may use this data along with data obtained from other sources the Contracting Officer determines appropriate to obtain sufficient information on the offeror's past performance to make a responsibility determination. Factor D. Price: Proposed prices will be evaluated as follows. (a) Price analysis will be conducted for each proposal to ensure completeness, realism, reasonableness and balance. In order to perform price analysis, the Government requires that offerors submit sufficient detail relative to direct and indirect rates, subcontracts, material, equipment, and other direct costs. Price analysis will be performed to determine the total evaluated price to support the selection of the lowest priced, technically acceptable offeror. To determine total evaluated price, all fixed priced CLINs, Sub-CLINs and ELINs (as appropriate) will be added to the total extended prices of Requirements The following applies to that evaluation: i. Completeness. The offeror shall complete the pricing information for all CLINs, Sub- CLINs and ELINs (as appropriate) identified for each year and option year (include total price for all five (5) years). Any underlying assumptions including proposed escalation rates between base and subsequent option periods shall be clearly explained. ii. Price Realism. Price Analysis in conjunction with Technical Analysis will be used to perform a Price Realism Analysis to determine if the price is realistic for the work to be performed. The proposal will be evaluated using price analysis techniques to determine whether the proposal reflects a thorough understanding of the PWS, and whether the price proposed is realistic for the work to be performed and is consistent with approaches described in the technical and management proposals. Price proposals, which are unrealistically low, will be deemed reflective of a failure to comprehend the complexity and risk of the proposed contractual requirement and may be grounds for rejection of the proposal. iii. Price Reasonableness. Price should also reflect fair market value and be reasonable when compared to the independent Government estimate, previous prices for same or similar services and/or when compared among other technically acceptable offers. iv. Unbalanced Pricing. As part of the price evaluation, proposals will be reviewed to identify any unbalanced pricing. IAW FAR 15.404-1(g)(3), Unbalanced Pricing, a proposal may be rejected if the Contracting Officer determines the lack of balance poses an unacceptable risk to the Government. Note 1: The Government will examine price proposals for artificially low unit prices. Offers found to be unreasonably high, unrealistically low (an indication of "buy-in"), or unbalanced, may be considered unacceptable and may be rejected on that basis. Note 2: Price is not scored. The lowest price for award purposes will be the combined total of the base year and all option periods. Price shall include all CLINs, Sub-CLINs and ELINs as listed on the Price Schedule, including option periods. The Government intends to evaluate proposals and award a contract without discussions. Therefore, offerors are instructed that submitted proposals should contain their best pricing. Option Clause 52.217-8. As part of price evaluation, the Government will evaluate its option to extend services (FAR Clause 52.217-8 - Option to Extend Services) by adding one-half of the offeror's final option period price to the offeror's total price. Thus, the offeror's total price for the purpose of evaluation will include the base period, 1st option, 2nd option, 3rd option, 4th option, and one-half of the 4th option. Offerors are required only to price the base and four (4) options. Offerors shall not submit a price for the potential one-half year extension of services period. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Proposal Period: The Government anticipates releasing the solicitation on or about 23 December, 2015. The solicitation will be issued via FedBizOps (https://www.fbo.gov/). The response date in this synopsis is not a firm date; please see the solicitation for the actual date. THIS PRE-SOLICITATION NOTICE IS FOR PURPOSE OF INFORMING INDUSTRY THAT THIS SOLICITATION WILL BE POSTED ON OR ABOUT 23 DECEMBER, 2015. THIS NOTICE IS NOT A REQUEST FOR PROPOSAL.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/204f0a5b9156677be6af42a7cdc558f3)
- Place of Performance
- Address: 411th CSB (PARC Korea) Unit #15289, APO AP Zip Code: 96205-5289, United States
- Zip Code: 96205-5289
- Zip Code: 96205-5289
- Record
- SN03965997-W 20151212/151210234130-204f0a5b9156677be6af42a7cdc558f3 (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 |