SOLICITATION NOTICE
56 -- AR - NORFORK AERATION COLUMNS / PLATFORMS
- Notice Date
- 11/21/2024 11:46:10 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332312
— Fabricated Structural Metal Manufacturing
- Contracting Office
- FWS, HURRICANE & RECOVERY Falls Church VA 22041 USA
- ZIP Code
- 22041
- Solicitation Number
- 140FHR25R0001
- Response Due
- 1/7/2025 10:00:00 AM
- Archive Date
- 01/22/2025
- Point of Contact
- Baker, Tina
- E-Mail Address
-
tina_baker@fws.gov
(tina_baker@fws.gov)
- Description
- U.S. Fish and Wildlife Service, Mountain Home, AR has a requirement for a commercial item. This combined synopsis/solicitation is prepared in accordance with the format in FAR Subpart 12.6 (as supplemented with additional information included in this notice). This posting will be referred to under Request for Quotation (RFQ) Number 140FHR250001. This announcement constitutes the only solicitation. A written solicitation will be issued and attached to this posting for reference only. This RFQ falls under procedures in FAR Parts 12 and 13. This document incorporates provisions and clauses updated by way of the Federal Acquisition Circular (FAC) 2025-01, effective November 12, 2024. This requirement is open to all business sizes. The North American Industrial Classification System (NAICS) number is 332312, Fabricated Structural Metal Manufacturing and the business size standard is 500. This announcement constitutes the Government's only official notice of this procurement. The Government does not intend to pay for any information provided under this synopsis. The U.S. Fish and Wildlife Service is requesting proposals for Flow Through Aquaculture Systems and Recirculating Aquaculture Systems, per attached specifications document. PROPOSALS SHALL REMAIN VALID FOR A MINIMUM OF 60-DAYS. Delivery: 140 days upon contract award. NOTE: Contractor shall state on their proposal if they can meet this delivery. If contract feels they cannot, contractor shall provide a reason why and provide when they can meet delivery. The basis for award is Lowest Price Technically Acceptable based on the following Factors: Contractor Proposal Evaluation Factors: Proposals will be evaluated based on four factors: Recent and Relevant Experience, Technical Approach, Price, and Past Performance. Technical (non-cost) evaluation factors will be weighted equally, however, when combined, are significantly more important than cost or price. There are three (3) non-price/cost evaluation factors with equal weighting and are listed below: Evaluation Factor 1 - Recent, Relevant Experience - The vendor must provide at least three past performance projects similar in size and scope to demonstrate technical qualifications, with additional relevant past performance encouraged. Vendors are encouraged to document their experience supplying equipment and solutions specifically for land-based aquaculture systems, emphasizing a proven history of delivering oxygenation equipment and aluminum packed column systems, including naturally aspirated degassers and aerators. - Must be projects successfully completed within the last 5 years. The example projects must be for new Recirculating Aquaculture Systems. Projects submitted must include examples of both aluminum and PVC constructed columns. Evaluation Factor 2 � Technical Approach Provide a two-three page technical approach in 12-point font that: - Demonstrates ability to meet or exceed baseline performance standards for packed column. The approach should incorporate efficient gas exchange, effective oxygenation, and advanced water quality management to support aquaculture system health. - Demonstrates technical approach with attention to efficiency, durability, and alignment with project specifications, ensuring the packed column unit meets or exceeds required performance standards. - Demonstrates relevant technical experience in technical approaching similar packed column units. Evidence of prior projects should highlight the firm�s ability to exceed performance standards. - Proposes a detailed quality assurance plan that highlights rigorous testing, calibration, and quality control procedures throughout the installation and operation phases. Evaluation Factor 3 - Price Price will be evaluated on reasonableness based on competitive pricing received. The fair and reasonable price evaluation will determine if the cost proposal is within industry standards and demonstrate the contractor�s ability to accurately identify realistic costs associated with the project and the geographic location. Evaluation Factor 4 - Past Performance - Provides three past performance evaluations within the last 5 years that represents a high capacity to complete the work. Past performance will be evaluated as a predictor of the offeror�s compliance with contract requirements and overall quality of performance. Any references mentioned must have thorough knowledge of the offeror�s performance on the projects for most of the contract performance period; the quality of the reference information supplied will be considered. The Government reserves the right to contact the references directly to discuss and/or clarify all information provided. The Government will also review and use any information available in Contractor Performance Assessment Reporting System (CPARS), Past Performance Information Retrieval System (PPIRS), and Federal Awardee Performance and Integrity Information System (FAPIIS) during this process. Firms that have a less than satisfactory performance rating in the CPARS database will be considered nonresponsive. Contractors shall limit their proposal to 15 pages, to include their 2 - 3 page technical approach. It is the responsibility of the contractor to review the solicitation in its entirety; contractors who do not provide everything requested within the solicitation will not be considered for award. Contractor�s past performance shall be evaluated using CPARS and FAPIIS. Organization to be supported: U.S. Fish and Wildlife Service Norfork National Fish Hatchery Mountain Home, AR 72653 Please submit your proposal on company letterhead with all pertinent point of contact information including SAM, Cage Code, UEI No., and business size/type. Also, sign the attached SF-1449 and acknowledge any amendments to the solicitation on this document. Offers must be received by 1:00 pm Eastern Time, 1/7/2025. Proposals shall be emailed to: tina_baker@fws.gov. Questions may be asked through: 12/10/2024 Offerors must comply with all instructions contained in the Internet Payment Platform (IPP) DOI Electronic Invoicing instructions, and all clauses in the attached solicitation documentation. The full text of any solicitation provision or clause referenced herein may be accessed electronically at http://farsite.hill.af.mil/. In order to have a quote considered, all offerors must be registered in the System for Award Management (SAM) website (https://www.sam.gov) as an active vendor by the closing date of this solicitation. Proposals received from firms not registered in SAM by solicitation end date will not be considered. All questions regarding the subject synopsis/solicitation shall be directed to the attention of Tina Baker via email: tina_baker@fws.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b4007f892f38487ca26a76e5c4531417/view)
- Record
- SN07272314-F 20241123/241121230114 (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 |