SOLICITATION NOTICE
Z -- Collaborative Areas - Wall Installation - SOO - Pricing Template
- Notice Date
- 5/1/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Region IX, 1111 Broadway, Suite 1200, Oakland, California, 94607-4052, United States
- ZIP Code
- 94607-4052
- Solicitation Number
- 70FBR918Q000003CA
- Archive Date
- 5/29/2018
- Point of Contact
- Andrea L. Brunsman,
- E-Mail Address
-
andrea.brunsman@fema.dhs.gov
(andrea.brunsman@fema.dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Template Statement of Objectives This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. 70FBR918Q000003CA is hereby issued as a Request for Quote (RFQ). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005 - 96 (06 November 2017). This acquisition will be competed under North American Industry Classification System (NAICS) code 236220 which corresponds with a small business size standard of $36.5 million. The magnitude of this project is estimated to be between $25,000.00 and $100,000.00 per FAR 36.204. This procurement is for disassembly and removal of walls from collaboration rooms A and B (see attached drawing), followed by the installation of new collaborative glass walls per the attached statement of objectives (SOO). The Government contemplates award of a single Firm-Fixed Price (FFP) purchase order. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13. Quotes shall be evaluated on a best value basis, where, when combined, all technical factors and past performance are more important than price. Evaluation Factors: Quotes shall be evaluated on a best value basis, where, when combined, all technical factors and past performance are more important than price. Responses will be evaluated on the following factors (technical factors are listed in increasing order of importance) : 1. Corporate Experience: Responses shall include three (3) examples of similarly-complex projects of the same type of work completed within the last three (3) years. 2. Past Performance: Responses shall include thee (3) Client references for projects completed within the last three (3) years. The Offeror will be evaluated on recent, relevant, and performance confidence of their past performance. The absence of past performance will result in a "neutral" rating. Each past performance example must include the following: i. Contract Number ii. Description iii. Value and Type iv. Dates of Performance v. Point of Contact Name vi. Phone number and Email address of Point of Contact The Offeror's past performance demonstrates its capability to successfully deliver a requirement. The past performance evaluation will examine the Offerors performance on three Past Performance examples. During the review of past performance FEMA will focus on the size, scope, and complexity of the requirement. If an Offeror's Point of Contact cannot be reached by the evaluation team, you will not be evaluated favorably or unfavorably, but will receive a Neutral rating. 3. Technical Approach: The responses shall include a technical approach that covers at a minimum: o Project timeline with major tasks and milestones. o Plan for responsive design that addresses all aspects of the Statement of Work. o Ratings of glass walls being proposed. o Contractor's proposed method of securing to the floor and ceiling clearly spelled out and drawn in a detailed technical plan that provides enough detail for FEMA to evaluate as meeting the need described in the SOW. 4. Price Instructions: To be considered a responsive quote, each response shall include: 1. Technical Response - a. Project Timeline with major tasks and milestones for completion. b. Design plan that address the SOW and clearly details the proposed method of securing the floor to the floor and ceiling. c. Labor Plan 2. Proposed Materials - Ratings of the glass walls that are proposed. 3. Corporate Experience references. 4. Past Performance References. 5. DUNS number and Sam.gov registration The technical response shall be no more than 10 pages, single spaced with no less than a 10 point font. The technical response shall be submitted as a separate file from the FFP price quote. Price: A firm-fixed price (FFP) quote shall be submitted as a separate file from the technical response. The FFP quote shall follow the provided pricing template. Offerors shall submit a FFP quote in accordance with this RFQ, Statement of Work, and attachment drawings. Partial quotes will not be evaluated by the Government. Award will be made to the acceptable offeror with the best value to the Government, which is deemed responsible in accordance with the FAR and whose quote conforms to the requirements. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. The following commercial item terms and conditions, hereby incorporated by reference, shall be complied with by the selected offeror: 1. FAR 52.212-1, Instructions to Offerors - Commercial Items 2. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected vendor shall submit a completed copy of the listed representations and certifications. 3. FAR 52.212-4, Contract Terms and Conditions - Commercial Items 4. FAR 52.212-5, Contract Terms and Conditions To Implement Statutes or Executive Orders - Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. 5. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil/vmfara.htm ALL QUESTIONS MUST BE SUBMITTED no later than 12:00 (noon) (Pacific) Tuesday, May 8, 2018. Please submit questions to: Andrea L. Brunsman via email at andrea.brunsman@fema.dhs.gov. ALL FIRM FIXED PRICE QUOTES MUST BE SUBMITTED no later than 12:00 (noon) (Pacific) Monday, May 14, 2018. Please submit the required information to Andrea L. Brunsman via email at andrea.brunsman@fema.dhs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/RegIX/70FBR918Q000003CA/listing.html)
- Place of Performance
- Address: 1111 Broadway, Suite 1200, Oakland, California, 94607, United States
- Zip Code: 94607
- Zip Code: 94607
- Record
- SN04906126-W 20180503/180501230707-b4765905731e91b7fab80d5928c344bb (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 |