Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 24, 2020 SAM #6904
SOLICITATION NOTICE

B -- Communications Study

Notice Date
10/22/2020 12:23:54 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
6923HA SAINT LAWRENCE DEVELOPMENT SEAWAY MASSENA NY 13662 USA
 
ZIP Code
13662
 
Solicitation Number
6923G521R0068
 
Response Due
11/20/2020 11:00:00 AM
 
Archive Date
12/05/2020
 
Point of Contact
Katie Maloney, Phone: 3157643260, Jason Brockway, Phone: 3157643252
 
E-Mail Address
katie.maloney@dot.gov, jason.brockway@dot.gov
(katie.maloney@dot.gov, jason.brockway@dot.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; proposals are being requested and written solicitation will not be issued.� This requirement is a Small Business set-aside and only qualified offerors may submit proposals.� The applicable NAICS code is 541690 and the size standard is $16,500,000.� � The Saint Lawrence Seaway Development Corporation (SLSDC or Corporation) has a large and diverse infrastructure to support its operations and they are maintained through the SLSDC Support Facilities.� The SLSDC is seeking cost and technical proposals for a comprehensive Communications Study, including all existing equipment, and recommendations for system enhancement for marine, maintenance and administrative facilities and functions associated with the operation and maintenance requirements of SLSDC. *WORK STATEMENT AND REFERENCE DRAWINGS Work Statement and Drawings are furnished as attachments. *COMPLETION OF TECHNICAL AND COST PROPOSALS Each offeror is required to complete and return electronic copies of a Technical and Cost Proposal as outlined below. A. Technical Proposals Requirements: Technical Proposals shall include sufficient information so that a proper evaluation can be made with respect to the requirements outlined in the Statement of Work.� As a minimum, Technical Proposals shall include the following: Discussion of the understanding of the Statement of Work and how their proposal will meet the requirements of the Statement of Work in this RFP. Discussion of project approach which shall include: Assumptions of existing conditions (e.g. equipment and facilities, topographic, etc.) that will be used as the basis of planning. Schedule with time frames and approximate dates for project milestones. This includes sequencing of key activities.�� Outline of measurement, test methods, software to be used, calculations, etc. Project approach and steps to be taken to accomplish the work. Staffing plan. Detailed description of deliverables and content. List of subcontractors and applicable services not being performed by the Contractor�s own employees. Organization of all key personnel anticipated for the completion of work. Resumes describing the qualifications and experience all key personnel to be assigned to complete this Statement of Work. B. Cost Proposals Requirements: Cost Proposals shall include any and all costs to complete the Statement of Work.� SLSDC intends to award a Time and Materials, not to exceed contract for this solicitation.� The SLSDC intends to evaluate offers and award a contract without discussions with offerors.� Therefore, the offeror�s initial offer should contain the offeror�s best terms from a cost and technical perspective.� However, the SLSDC reserves the right to conduct discussions with offerors if deemed necessary by the Contracting Officer.� The Cost Proposal shall be formatted to show a unit fee schedule for personnel that will be working on the project including subcontractors.� Fixed hourly rates shall include wages, overhead, general and administrative expenses, and profit for each category of labor to be performed by the offeror and each subcontractor.� Any travel required to SLSDC locations, travel charges shall include all airfare, vehicle rentals, mileage costs, per diem, hourly rate for personnel when travelling, and all other expenses associated with the round-trip travel.� Reimbursable travel expenses shall be in accordance with Federal Travel Regulations.� The offeror shall also include other direct allocable costs such as reproduction of plans and specifications.� Cost Proposals shall provide an estimated price for the each of the requirements/locations below to include the anticipated number of hours that the personnel included in the Technical Proposal will work on the project; hourly rates; travel costs, and other items as discussed in this paragraph.� The Contractor is expected to furnish the equipment necessary to accomplish the requirements of the Statement of Work.� Any equipment or software purchased by the Contractor for which the Contractor is entitled to be reimbursed as a direct item of cost under this contract, shall become the property of the SLSDC upon delivery. *EVALUATION OF PROPOSALS � The SLSDC will make award to the responsible offeror whose offer conforms to the requirements and on the weighted evaluation factors listed below: Technical Proposals (50%): The Technical Proposals shall address the requirements specified under the Technical Proposal Requirements above.� Past Performance (25%): The offeror and subcontractor(s) shall have completed at least two (2) projects of similar scope and complexity within the past ten (10) years.� References shall be provided.� Each reference shall include the name and address of the client, a brief but detailed description of the work performed and a contact person with valid contact information (phone number and email). � Price (25%): Pricing as specified under the Cost Proposal Requirements above. *CONTRACT AWARD (1) The SLSDC intends to award and Time and Materials, not to exceed contract resulting from this solicitation to the responsible offeror(s) whose proposal(s) represents the best value after evaluation in accordance with the factors in the solicitation. (2)� The SLSDC may reject any or all proposals if such action is in the SLSDC�s interest. (3) The SLSDC may waive informalities and minor irregularities in proposals received. (4) The SLSDC intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)).� Therefore, the offeror�s initial offer should contain the offeror�s best terms from a cost and technical standpoint.� The SLSDC reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary.� If the Contracting Officer determines that the number of proposals that would be otherwise be in the competitive range exceeds the number at which as efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. (5) Exchanges with offerors after receipt of a proposal do not constitute a rejections or counteroffer by the SLSDC. (6)� The SLSDC may determine that a proposal is unacceptable if the prices proposed are materially unbalanced between line items or subline items.� Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more line items is significantly overstated or understated as indicated by the applications of cost or price analysis techniques.� A proposal may be rejected if the Contracting Officer determines that the lack of balance poses an unacceptable risk to the SLSDC. (7) A written award or acceptance of proposal mailed or otherwise furnished to the successful offeror within the time specified in the proposal shall result in a binding contract without further action by either party. A contract will be awarded only if the price is within available funding appropriations and relates to the SLSDC�s concept of the projects. *SITE VISITS Site visits will be held on October 29, 2020 and November 2, 2020 at 10:00am (ET).� It is required that those interested in submitting a proposal attend a site visit to become familiar with the SLSDC facilities.� Arrangements must be made through the Offices of Engineering and Maintenance at (315) 764-3265 at least three business days in advance in order to make preparations for access to SLSDC property.� Any expenses involved in site visits shall be borne by the attendees. Request for an explanation or interpretation of this combined synopsis/solicitation must be made in writing directed the Contracting Office no later than 10:00 A.M., Friday, November 13, 2020.� Requests may be faxed to (315)764-3268, e-mail to katie.maloney@dot.gov or by regular mail to 180 Andrews Street, Massena, New York 13662.� Any information given to a prospective bidder concerning a solicitation will be furnished promptly to all other prospective bidders as an amendment.� Response date for receipt of proposals is by 2:00pm EST, Friday, November 20, 2020.� Proposals shall be sent to Katie Maloney, Contract Specialist, Saint Lawrence Seaway Development Corporation, 180 Andrews Street, Massena, NY 13662 or emailed to katie.maloney@dot.gov.� Proposals sent by email must have Notice ID in the subject linje to be considered for award. *CLAUSES AND PROVISIONS This procurement is subject to the Service Contract Act and the Wage determinations are provided as an attachment. Offerors are required to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer if they have not completed their certifications and representations on the System for Award Management (SAM) website at www.sam.gov this clause has been provided in full text as an attachment. This procurement includes by reference FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, Alternate I (Jan 2017). The FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items and the following FAR clauses contained within are applicable to this acquisition: 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards, 52.219-6 Notice of Small Business Set Aside,� 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 - Equal Opportunity for Workers With Disabilities, 52.222-50 Combatting Trafficking in Persons,� 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving, 52.232-33 Payment by Electronic Funds Transfer-System for Award Management,� 52.222-41 Service Contract Labor Standards, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.222-55 -- Minimum Wages Under Executive Order 13658, 52.222-62 Paid Sick Leave Under Executive Order 13706. Other applicable FAR provisions and clauses incorporated by reference in accordance with; 52.252-2 Clauses Incorporated by Reference (FEB 1998) and 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) include: 52.223-2 Affirmative Procurement of Biobased Products under Service and Construction Contracts (Sep 2013), 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts (Aug 2018), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013), 52.245-1 Government Property (Jan 2017), 52.245-9 Use and Charges (APR 2012). The Following FAR Clause is also required in full text, 52.222-42 Statement of Equivalent Rates for Federal Hires in compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. � � � � � �� � � � � � � � � � � � � � � � � � � �� This Statement is for Information Only: Not a Wage Determination � � � � � � � � � � � �� Employee Class � � � � � � � � � � � � � � � � � � � � Monetary Wage�Fringe Benefits � � � � � � � �� Electrical Engineering(0850-GS13) � � � � � � � � � � � � � � $42.89 + 55% � � � � � � � �� Engineering Technician (0802-GS 11) � � � � � � � � � � � � $25.78 + 55%��
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f49b585b159b4f7c874296a18259decb/view)
 
Place of Performance
Address: Massena, NY 13662, USA
Zip Code: 13662
Country: USA
 
Record
SN05835478-F 20201024/201022230137 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.