SOLICITATION NOTICE
T -- PUBLIC NOTICES- BLANKET PURCHASE AGREEMENT (BPA) - PRICE/COST SCHEDULE - SOW- STATEMENT OF WORK - PAST PERFORMANCE QUESTIONAIARE
- Notice Date
- 4/28/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541810
— Advertising Agencies
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Gulf Coast Recovery Office (GCRO), 500 C Street SW, Patriots Plaza -- 2nd Floor, Washington, District of Columbia, 20472, United States
- ZIP Code
- 20472
- Solicitation Number
- HSFELA-16-1-0001
- Archive Date
- 5/27/2016
- Point of Contact
- Neddra Tucker, Phone: 337-263-4718
- E-Mail Address
-
neddra.tucker@fema.dhs.gov
(neddra.tucker@fema.dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- PAST PERFORMANCE QUESTIONAIRE STATEMENT OF WORK PRICE/COST SCHEDULE DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.106, as supplemented with additional information included in this notice. The Department of Homeland Security Federal Emergency Management (FEMA) is releasing this combined synopsis/solicitation electronically only. This on-line version of the Request for Quote (RFQ) is the official version for this acquisition. This announcement constitutes the only solicitation; quotes are being requested. Offerors are encouraged to check the Federal Business Opportunity (FEDBIZOPS) website at http://www.fedbizops.gov for any amendments to this combined synopsis/solicitation. All questions must be in writing and received by the Contracting Office no later than 12 noon, May 4, 2016. No telephonic request will be entertained. All responses to questions will be posted by way of an amendment to this combined synopsis/solicitation to the FEDBIZOPS websites. The email address for submission of all questions is Neddra.tucker@fema.dhs.gov. All questions must be addressed to the Contracting Officer/Specialist only. Any other official may disqualify the offeror from submission of a quote. Any and all past performance surveys (survey attached) must be submitted to the Contracting Officer by the closing date and time (12 noon Thursday, May 12, 2016). Any past performance surveys received after this date will not be accepted nor evaluated. NO EXCEPTIONS. Past performance surveys may be faxed to the Contracting Officer ONLY at (225) 267-2504. Solicitation Number HSFELA-16-Q-0001 is issued as a 100% set aside for small business concerns that reside or primarily conduct business in the Louisiana parishes affected by major disaster declarations for Hurricane Katrina (DR-1603) and Hurricane Rita (DR-1607). Offerors shall furnish documentation to support its representation that it resides or primarily conducts business in the affected parishes. The Contracting Officer shall utilize the factors listed in FAR 52.226-3 to determine a small businesses locality for this solicitation. Offers shall not be accepted or evaluated from offerors who are not small businesses in accordance with FAR 52.219-6. Offers shall not be accepted or evaluated from offerors who are not local businesses residing or primarily conducting business in the affected parishes in accordance with FAR subpart 26.2. The Government intends to award to award a single BPA. However, the Government reserves the right to award multiple BPA's. Award date is expected to be no later than Tuesday, May 24, 2016. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulations (FAR) 2010-07. The NAICS code assigned to this project is 541810 "Advertising Agencies" and the size standard is $6,500,000. The requirement is for the FEMA LRO BPA- Public Notices. I. PERIOD OF PERFORMANCE The base period of performance shall be from June 1, 2016 - September 30, 2016 with three (3) one year option periods. II. PLACE OF PERFORMANCE FEMA LA. Recovery Office 1500 Main Street Baton Rouge, LA 70802 II. INVOICES A summary invoice shall be submitted at least monthly or upon expiration of this BPA, whichever occurs first, for all deliveries made during a billing period and for which payment has not been received. Copies or delivery tickets are needed support these invoices. Evaluation of Factors : I. BASIS FOR AWARD The Government's source evaluation will be based on a lowest price technically acceptable process. Accordingly, award will be made on the basis of the lowest evaluated price of quotes meeting or exceeding the acceptability standards for non-cost factors. This process does not permit tradeoffs. The Offeror shall submit separate technical and price quotes. II. EVALUATION FACTORS A. Technical (non-cost) Factors- The technical factors are listed in descending order of importance. Factor 2- Past Performance B. Cost or Price Factors Factor 3- Price III. TECHNICAL EVALUATION Past Performance Past performance will be evaluated as a measure of the Government's confidence in the Offeror's ability to successfully perform this project based on demonstrated relevant and recent performance during the last three (3) years. The Offeror shall provide three (3) completed past performance questionnaires. The Offeror shall provide a project list of relevant and recent performance. The project list shall include the following: • Name of project • Location of project • Role on the project (Prime, Sub-contractor) • Contract/sub/contract type • Name and current telephone number for project owner's representative most knowledgeable of the project The Offeror's past performance will be evaluated based on the information received as part of the past performance questionnaires and phone interviews with identified customers on the project list. The Government reserves the right to obtain and utilize information obtained by the Government from sources other than those identified by the Offeror. The evaluation will consider the extent of the Offeror's relevant experience and their demonstrated ability to meet project quality, performance, schedule, and technical requirements and cost objectives, and to ensure customer satisfaction. Price Each Offeror shall submit pricing on the price/cost schedule; submitted firm fixed pricing shall include the following tasks which include design, layout or production, 24 hours for proofing, media negotiations, estimates delivered to and approved by the Contracting Officer Representative, placement of public notices and an affidavit and tear sheet to verify placements. The price quote shall include the following: a) The tasks set forth in the BPA SOW include the scope of services required during the period of performance. The actual level of effort and labor mix shall be based on the specific tasks identified in Task Orders issued against the BPA. Any task orders issued under the resulting BPA shall be firm fixed priced CLIN's for the base year and option years. b) Quoters shall provide a firm-fixed quote for the services requested in the price/cost schedule c) Fixed hourly rates shall be fully burdened and include all costs (direct and indirect), overhead, and profit, etc. The price evaluation will include price realism, price reasonableness and total price to the Government. The Offeror's price quote will be evaluated to determine if the price is realistic for the work to be performed, reflects a clear understanding of the requirements, and is consistent with the technical quote. Reasonableness determinations will be made by determining if competition exists, current market conditions and by comparing prices with the Independent Government Cost Estimate (IGCE), historical prices, certified cost or pricing data or information other than certified cost or pricing data. IV. TECHNICAL (NON-COST) FACTOR RATINGS Past Performance Ratings • Acceptable: The Offeror's past performance record indicates the Offeror can successfully provide a product that meets our requirement. Some Government intervention is expected to be required in obtaining the required product. • Neutral: The Offeror has no relevant performance record. A review was unable to identify any relevant past performance information (see FAR 15.305). This is a neutral rating. It does not hinder nor help the Offeror. • Unacceptable: The Offeror's past performance record provides extreme doubt exists that the offeror will successfully provide a product that meets our requirement. Regardless of the degree of Government intervention, obtaining the required product is doubtful. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, paragraph (a), FAR 5.217-8, Option to Extend Services, FAR 52.217-9, Option to Extend the Term of Contract, FAR 52.226-3, Disaster or Emergency Area Representation,, FAR 52.226-5 Restrictions on Subcontracting Outside Disaster or Emergency Area, FAR 52.227-14, Rights in Data-General, FAR 52.227-8 Rights in Data- Existing Works. 52.219-6 Notice of Total Small Business Set-Aside. As prescribed in 19.508(c), insert the following clause: NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (JUNE 2003) (a) Definition. "Small business concern," as used in this clause, means a concern, including its affiliates that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation. (b) General. (1) Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. (2) Any award resulting from this solicitation will be made to a small business concern. (c) Agreement. A small business concern submitting an offer in its own name shall furnish, in performing the contract, only end items manufactured or produced by small business concerns in the United States or its outlying areas. If this procurement is processed under simplified acquisition procedures and the total amount of this contract does not exceed $25,000, a small business concern may furnish the product of any domestic firm. This paragraph does not apply to construction or service contracts. 52.226-4 Notice of Disaster or Emergency Area Set-Aside. NOTICE OF DISASTER OR EMERGENCY AREA SET-ASIDE (NOV 2007) • (a) Set-aside area. Offers are solicited only from businesses residing or primarily doing business in the Louisiana parishes affected by major disaster declaration declared August 29, 2005, Hurricane Katrina, DR-1603, and September 5, 2005, Hurricane Rita. Offers received from other businesses shall not be considered. (b) This set-aside is in addition to any small business set-aside contained in this contract. (End of clause) 52.233-2 Service of Protest. As prescribed in 33.106, insert the following provision: SERVICE OF PROTEST (SEPT 2006) (a) Protests, as defined in section 31.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: • FEMA Louisiana Recovery Office (LRO) Acquisitions Office Anthony Collins, Contracting Officer 415 N. 15th Street Baton Rouge, Louisiana 70802 • (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) The clauses identified in paragraph (b) are included in the "Additional Terms and Conditions" attached to this posting. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Vendors must be currently registered and have a valid certification in the Online Representation & Certification Application (https://orca.bpn.gov) as well as have a current System of Award Management (SAM) at www.sam.gov before an award could be made to them. Solicitation closing date is Thursday, May 12, 2016. All quotes must be received by 12:00 noon Central Standard Time. Any questions pertaining to this solicitation must be addressed to: neddra.tucker@fema.dhs.gov. All Past Performance Questionnaires must be submitted to the identified Contracting Officer/Contracting Specialist by the closing date and time. Any Past Performance Surveys received after this date will not be accepted or evaluated. No exceptions. The Government reserves the right to award the contract without holding discussions. Offerors shall submit two copies of their quote and the Representations and Certifications (FAR 52.212-3) by email to the Contracting Officer/Contracting Specialist.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/GC001/HSFELA-16-1-0001/listing.html)
- Place of Performance
- Address: 1500 MAIN STREET, BATON ROUGE, Louisiana, 70802, United States
- Zip Code: 70802
- Zip Code: 70802
- Record
- SN04098711-W 20160430/160428234837-fb4d926e517d9b63f3d090d2c9b1180d (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 |