Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2010 FBO #3140
SOLICITATION NOTICE

58 -- Provide and perform audio/visual equipment installation for new chapel and stage lighting for the worship area.

Notice Date
6/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Fort Leavenworth DOC (W91AF4), 600 Thomas Avenue, Unit 3, Fort Leavenworth, KS 66027-1417
 
ZIP Code
66027-1417
 
Solicitation Number
W91QF410R0029
 
Response Due
7/30/2010
 
Archive Date
9/28/2010
 
Point of Contact
william webb, 913 684 1623
 
E-Mail Address
Fort Leavenworth DOC (W91AF4)
(william.king.webb@conus.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Proposals are being requested for the required items and no written solicitation will be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41 13 April 2010. This is a Total Small Business set-aside under NAICS 238210 with a size standard of $14,000,000. Ft. Leavenworth KS requires the following items: CLIN 0001: Install Audio/Visual (AV) system. Information Only 0001AA: Provide and perform audio/visual equipment installation. Quantity: 1 Price: 0001AB: Contractor Manpower Reporting Quantity: 1 Price: OPTION 0002: Theatrical lighting for worship area and activity area. Information Only 0002AA: Stage lighting for the worship area shall be provided and installed per the attached lighting design requirements. Quantity: 1 Price: 0002AB: Contractor Manpower Reporting Quantity: 1 Price: STATEMENT OF OBJECTIVE FOR DESIGN AND INSTALL AUDIO/VISUAL EQUIPMENT AND THEATER LIGHTING SW-1 DESCRIPTION OF WORK a.Work To Be Performed: The work consists of furnishing all plant, labor, equipment, and materials to install a audio/visual system in the New Chapel, Building 699. All work performed by the contractor shall result in a complete and usable system. b.Location: The site of the proposed work is the New Chapel, Building 699, 625 Thomas Ave, Fort Leavenworth, KS. c.Completion of Work: The contractor shall complete all work (to include clean up of premises affected by the work and final inspection) in 60 days for Clin 0001 and 30 days for option Clin 0002 for a total of 90 days from notice to proceed. Contractor shall commence work after Notice to Proceed. A preconstruction conference will be conducted at the Directorate of Contracting prior to starting work. Before starting any work, the contractor shall coordinate said work through the Contracting Officer. Verbal notification shall be given to the Contracting Officer prior to starting work. SW-2 PRINCIPLE FEATURES The work to be performed includes, but is not limited to, the following features: a.Install Audio/Visual (AV) system as described in the attached design analysis (DA) using the conduit and pull boxes provided in the building design. 1.A reflective ease assessment shall be conducted by a sound engineer and used to design and install the audio system. 2.The master control panel to be located in the worship area control desk is a Brand Name or Equal requirement in accordance with FAR 11.104(b). Yamaha Digital Mixer M7CL-32. Salient Characteristics: 16 mix buses, LCR bus, 8 matrix channels, and 8 DCAs assignable to 16 Omni outputs. Virtual effect and EQ rack: up to 4 simultaneous multi-effect processors; up to 8 simultaneous 31-band graphic EQs. Centralogic interface: central, logical, and intuitive. Digital touch display. Memory and Recall-Recall up to 100 scenes. A scene is a snapshot of all the consoles settings. Allow download of console setups from a computer with direct Ethernet connection and USB memory stick. 3.The audio system shall include necessary equipment to prevent system feedback. 4.A computer will be provided for the installation of government furnished sound software. b.A Caralon system was installed to control the chapel bell speakers. These shall be installed into the AV equipment rack. c.All control panels shall be touch panel systems. d.All wireless equipment will be installed in compliance with FCC regulations. No 700 MHz equipment will be used e.All components that would be used during a service or function shall be controllable from the control desk located in the worship center, this includes the ability to control the activity and expansion areas with they are combined with the worship space. If the activity area is used independently, all components shall be controllable from the portable AV cart that is called for in the DA. f.The system shall be capable of providing video from the worship center to the classrooms as well as the audio that is called for in the DA. g.Install 14 flat panel TVs. TVs will be a minimum of 32 inch with integrated DVD players. TVs shall be installed at the approximate locations as shown on the attached drawing. Final installation location shall be coordinated on site prior to installation. The TVs shall be installed on an articulating mount that will allow access to the rear and sides of the TV as well as allowing the allowing for adjustment of the viewing angle. TVs shall be capable of operating as a standalone system but will also have the capability to provide the video called for in requirement e above. h.The audio control for the activity space and the worship space will allow for the two spaces to be combined into one large worship space. When combined the two separate systems will act as one system and the users of the space will experience audio that is in sync. i.Training for all systems shall be provided to. An additional training session will be provided 30-45 days after turnover to the building occupants. j.The training session shall be video recorded and 2 copies provided as part of the O&Ms. k.A 3 year warranty shall be provided for all system components and 1 year of technical support shall be provided for all system programming. a.Option 1: Theatrical lighting for worship area and activity area 1.Stage lighting for the worship area shall be installed per the attached lighting design requirements. 2.Two appropriately sized master control boards shall be provided by the vendor. One will be for the Worship space and shall be installed in the AV desk. The other shall be installed on the portable cart that is to be used in the Activity area. 3.The master control board shall be capable of controlling the additional stage lighting as well as the house lighting. 4.The master control board shall be capable of overriding the installed 3 button and 8 button lighting controls. A laptop will be provided by the government for installation of government furnished software for the dimming panel SW-3 SYSTEM CAPABILITIES a.Worship Area: The system that is to be installed in this space shall be able to adapt to a wide range of uses. This space will be used for multiple denominations as a worship space. This includes more contemporary services with a significant music component. The system shall be capable of handling multiple instruments to include a digital piano or a standard piano, drum set, multiple guitars and various other instruments. The space will also be used for presentations and various speakers. b.Expansion Area: This space shall be capable of being combined with either the Worship Area or the Activity area. c.Activity Area: The system that is to be installed in this space shall be able to adapt to a wide range of uses. This space will be used for children and adult theater productions as well as for various speakers and presentations and other similar activities. SW-4 ADDITIONAL INFORMATION a.Coordination: Before starting any work, the contractor shall coordinate said work through the Contracting Officer. Verbal notification shall be given to the Contracting Officer prior to starting work. b.Normal Working Hours: The Contractor shall schedule his/her working hours to coincide with the working hours of the military reservation, 7:30am to 4:00pm, a normal 5-day, 40 hour week, Monday through Friday, except legal holidays which include January 1st, 3rd Monday of January, 3rd Monday of February, Last Monday of May, July 4th, 1st Monday of September, 2nd Monday of October, November 11th, 4th Thursday of November, and December 25th. The Contractor shall work on days and hours stated except as approved, in writing, by the Contracting Officer. c.Debris and Rubbish: The Contractor shall leave the work site clean and free of debris when the work day ends. The Contractor shall dispose of all debris and rubbish in an off-post dump site at no additional cost to the Government. The Government landfill, dumpsters, or containers shall not be used for property disposal. All waste shall be disposed of in accordance with applicable Federal, State, and local laws. d.Workmanship: All work shall be accomplished by mechanics skilled in the trade involved. Workmanship shall be equal to the best practices common to the trade, and shall be governed by the International Building Code, National Electrical Code, and National Electrical Safety Code. All materials, workmanship, methods, and equipment shall be to the complete satisfaction of the Contracting Officer. e.As-Built Drawings: Contractor is responsible to keep accurate records of the installation of all new equipment and to provide one set of as-built drawings illustrating all of the work performed on this contract. Drawings are to be supplied to the Contracting Officer in the form of (1) paper, hard copy, and (1) digital copy in AutoCAD format upon completion. f.Project Signage: Contractor shall provide all necessary signage to notify Installation personnel of construction. If during construction signage is damaged due to weather, it will be the contractors responsibility to replace. Signage shall be 6 x 4. Signage size may change depending on project and proposed location. Size changes must be requested through the contracting officer. Signage shall be installed at a minimum 1 week prior to start of construction. If signage is to be placed in the ground, plan ahead for utility locates through Kansas One-Call. If possible, install signage on existing structures. Exact verbiage for the signage shall be approved by the contracting officer prior to installation. All text shall be black and at an appropriate size in proportion to the individual signs. The following are items required as a minimum to be included on the signage: Basic title Purpose of project General time frame of project, i.e. spring 2011 Use phrases such as: Pardon our dust, thanks for your patience, or Watch for construction equipment when appropriate to the project. If relevant to the project, a picture shall be used to convey the project to the public. DPW can assist with providing an appropriate image for the signage. SW-5 SAFETY REQUIREMENTS a.All Contractors and their employees working on the confines of the Combined Arms Command and Fort Leavenworth (CAC & FL) shall comply with all safety standards outlined in: (1)The Occupational Safety and Health Standards (29 CFR 1910) General Industry. 1910.1200Hazardous Communication (2)The Occupational Safety and Health Standards (29 CFR 1926) Construction Industry. 1926.62Lead 1926.65Hazardous Waste Operation Emergency Response 1926.500-503Fall Protection 1926.1101Asbestos (3)The American National Standard Institute (ANSI) which applies to the task being performed. (4)The National Electrical Code. (5)The NFPA 101 Life Safety Code. (6)The Army Safety Program, AR 385-10. (7)Accident Investigation and Reporting AR 385-40. (8)The US Army Corps of Engineers Safety and Health Requirements Manual, EM 385-1-1. b.Contractors found performing unsafe acts or creating unsafe conditions may be subject to a work stoppage until the deficiencies are corrected. A work stoppage due to unsafe acts or conditions will not constitute an adjustment to the contract or extension of the completion period. c.The Contractor shall submit an Accident Prevention Plan prior to start of any work. Material Safety Data Sheets shall be provided when hazardous chemicals are used. d.The Contracting Officer may request submittals in addition to those listed when deemed necessary to adequately describe the work covered in this section. SW-6 QUALITY CONTROL This contract has a requirement for quality control. The Contractor shall maintain adequate continuous quality control over each phase of the operation. When the Contractor signs the contract, he/she assumes the responsibility for producing the required end product within the time stated. He/She must establish and implement a system for controlling daily operations to comply with his/her commitment. SW-7 INTERRUPTION OF UTILITY SERVICES All interruptions in electrical, water, or other utilities must be coordinated with the Contracting Officer two weeks in advance. -- End of Statement of Objectives -- Section F. Deliverables: 52.247-34 F.O.B. Destination NOV 1991, Fort Leavenworth KS, 66027. Delivery of required items shall be 60 days from notice to proceed for Clin 001. An additional 30 days delivery will be included if option Clin 0002 is awarded for a total of 90 days from notice to proceed The Contractor shall schedule his/her working hours to coincide with the working hours of the military reservation, 7:30am to 4:00pm, a normal 5-day, 40 hour week, Monday through Friday, except legal holidays which include January 1st, 3rd Monday of January, 3rd Monday of February, Last Monday of May, July 4th, 1st Monday of September, 2nd Monday of October, November 11th, 4th Thursday of November, and December 25th. The Contractor shall work on days and hours stated except as approved, in writing, by the Contracting Officer. Section I. Clauses: The following FAR and DFAR Clauses are incorporated by reference: 52.204-9 Personal Identity Verification of Contractor Personnel SEP 2007, 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment SEP 2006, 52.211-6 Brand Name or Equal AUG 1999, 52.212-4 Contract Terms and Conditions--Commercial Items MAR 2009, 52.227-14 Rights in Data--General DEC 2007, 52.228-5 Insurance - Work On A Government Installation JAN 1997, 52.232-16 Progress Payments JUL 2009, 52.232-18 Availability Of Funds APR 1984, 52.237-1 Site Visit APR 1984, 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984, 52.242-13 Bankruptcy JUL 1995, 52.242-17 Government Delay Of Work APR 1984, 252.201-7000 Contracting Officer's Representative, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009, 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007, 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006, 252.211-7003 ITEM IDENTIFICATION AND VALUATION (AUG 2008), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008, 252.232-7010 Levies on Contract Payments DEC 2006,,, 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.246-7000 Material Inspection And Receiving Report MAR 2008, 252.247-7022 Representation Of Extent Of Transportation Of Supplies By Sea AUG 1992. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http//:farsite.hill.af.mil (End of clause) 7. The following FAR and DFAR clauses incorporated in full text: CLAUSES INCORPORATED BY FULL TEXT 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (APR 2010) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) _XX__ (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). _XX__ (12) 52.219-14, Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)). _XX__ (18) 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C. 632(a)(2)). _XX__ (19) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). _XX__ (20) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (AUG 2009) (E.O. 13126). _XX__ (21) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). _XX__ (22) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). _XX__ (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). _XX__ (24) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793).. _XX__ (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). _XX__ (28) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b) _XX__ (33) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _XX__ (37) 52.232-30, Installment Payments for Commercial Items (OCT 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _XX__ (38) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _XX___ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). _XX___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (End of clause) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (APR 2010) (a)The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. _XX__ 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). (1) _XX__252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181). (19) _XX___ 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). (21) _XX___ 252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410). (23)(i) ____ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (iv) _XX___ Alternate III (MAY 2002) of 252.247-7023. (End of clause) Section K- Representations, Certifications and Other Statements of Offerors: 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (AUG 2009) ALTERNATE I (APR 2002) Offerors shall include a completed copy of the provision 52.212-3 with their offer. Section L - Instructions, Conditions and Notices to Offerors SITE VISIT An organized site visit has been scheduled for 7 July 2010, 10:00 A.M. (c) Participants will meet at-- MISSION AND INSTALLATION CONTRACTING COMMAND DOC FORT LEAVENWORTH 535 Kearney Avenue, RM Blockberger Terrace, Building 338 FORT LEAVENWORTH, KS 66027-1417 Clauses Incorporated by Reference 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.233-2 Service of Protest 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http//:farsite.hill.af.mil (End of provision Submit all questions via e-mail to william.king.webb@us.army.mil by 28 June 2010. L-I PROPOSAL PREPARATION INSTRUCTIONS 52.216-1 -- Type of Contract. As prescribed in 16.105, complete and insert the following provision: Type of Contract (Apr 1984) The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. (End of Provision) A. Proposal Submittal and Inquiries. 1. Proposals shall be submitted prior to the closing date and time identified on the combined synopsis/solicitation, to the following address: If using a commercial delivery service such as FedEx or UPS paper copies of the proposal shall be delivered to the following address: MISSION AND INSTALLATION CONTRACTING COMMAND DOC FORT LEAVENWORTH ATTN: Bill Webb 535 Kearney Avenue, RM Blockberger Terrace, Building 338 FORT LEAVENWORTH, KS 66027-1417 If using the USPS paper copies of the proposal shall be mailed to the following address: MISSION AND INSTALLATION CONTRACTING COMMAND DOC FORT LEAVENWORTH ATTN: Bill Webb 600 THOMAS AVENUE, RM 202 FORT LEAVENWORTH, KS 66027-1417 2. Technical Questions - shall be sent in writing to Mission and Installation Contracting Command Directorate of Contracting Fort Leavenworth, ATTN: Bill Webb, 600 Thomas Ave, Ft. Leavenworth, KS 66027 or email to william.king.webb@us.army.mil. All questions must be submitted no later than 16 July, 2010 11:00 a.m. CDT. Telephonic inquiries will not be accepted. B. General Instructions 1. The selection of a source for award purposes will be conducted utilizing source selection procedures as delineated in FAR Part 13.106-2. Offers will be evaluated using the criteria under Section M, Factors to be Evaluated. Noncompliance with the RFP requirements will raise serious questions regarding an offerors technical ability to perform the services and may be grounds to eliminate the proposal from further consideration for contract award. 2. The Offer. The submission of the documentation specified below will constitute the offeror's acceptance of the terms and conditions of the RFP, concurrence with the Statement of Objectives, and the proposed contract type. 3. It is the Governments intention to award without discussions. The government will evaluate the offer inclusive of options and may award part or all of the solicitation. The Government is not obligated to award the option when not in the Governments best interest. Offerors are encouraged to present their best mission capability proposal and prices in their initial proposal submission. 4. These instructions prescribe the format for the proposal and describe the approach for the development and presentation of proposal data. These instructions are designed to ensure the submission of necessary information to provide for the understanding and comprehensive evaluation of proposals. 5. In accordance with FAR Subpart 4.8 (Government Contract Files), the Government will retain one copy of all unsuccessful proposals. Unless the offeror requests otherwise, the Government will destroy extra copies of such unsuccessful proposals. 6. If an offeror believes that the requirements in these instructions contain an error, an ambiguity, omission, or are otherwise unsound, the offeror shall immediately notify the KO in writing with supporting rationale. The offeror is reminded that the Government reserves the right to award this effort based on the initial proposal, as received, without discussion. 7. All referenced documents for this solicitation are available on the Federal Business Opportunities (FedBizOpps) web site at http://www.fedbizopps.gov. Potential offerors are encouraged to subscribe for real-time e-mail notifications when information has been posted to the website for this solicitation. 8. Debriefings. The KO will notify unsuccessful offerors of the source selection decision in accordance with FAR 15.506. Upon such notification, unsuccessful offerors may request and receive a debriefing. Offerors desiring debriefing must make their request in accordance with the requirements of FAR 15.506. C. Proposal Preparation Instructions 1. Offerers proposal shall consist of two (2) separate volumes: Volume 1 Contract documents and price; Volume 2 Technical Approach-Statement of Work, Presentation Drawings, Technical Approach Narrative, Proposed Material Identification, Management and Staffing, Contract Duration and Summary Schedule and Past Performance. 2. Proposal Format a. Offerors shall submit the number of copies listed in paragraph (c) below of their proposal. b. Exceptions. Offerors are required to meet all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or subfactors. Failure to meet a requirement may result in an offer being ineligible for award. If the offeror finds it necessary to take exception to any of the requirements specified in this solicitation, clearly indicate in the applicable Volume each such exception with a complete explanation of why the exception was taken, what benefit accrues to the Government (if any), and its impact, if any, on the performance, schedule, cost, and specific requirements of the solicitation. Each exception shall be specifically related to each paragraph and/or specific part of the solicitation to which the exception is taken. This information shall be provided in the format below. Solicitation Exceptions Solicitation DocumentPage/ ParagraphRequirement/ PortionRationale & Impact Section B, PWS/SOO/ SOW, Section L&M, etc. Applicable Page and Paragraph Numbers Identify the requirement or portion to which exception is taken Describe The rationale and impact of the exception c. The proposals shall be organized into two (2) volumes. Proposals are to be neatly bound, binders are not necessary. (If submitting a binder, spine inserts are unnecessary.) A cover sheet should be bound in each book, clearly marked as to volume number, title, copy number, solicitation identification, and the offeror's name, point of contact and email address. All text shall be single spaced and printed black on white paper (Black and white requirement does not apply to graphics, photos, etc., Company stationary and logos are acceptable). Printing shall be easily readable (12-pitch type or 10 point proportional spacing.) Cross-references should be utilized to preclude unnecessary duplication of data between sections. In addition to submitting hard copies of the proposals, a digital copy with both Volume I and Volume II shall be provided on CD-ROM disk in Microsoft Word, PowerPoint and/or Excel or PDF. File names to be Company Name Initial for the first submission. File name of later submissions (if necessary), shall be Company Name Revision X with X indicating the number of the revision. VOLUMETITLENO. OF COPIESPAGE LIMITS IContract and Price1 OriginalN/A IITechnical Approach and all sub-factors 1 Original and 2 copiesN/A IIManagement StaffingSee AboveN/A IIContract ScheduleSee AboveN/A IIPast PerformanceSee AboveN/A d. Indexing. Each volume shall contain a more detailed table of contents to delineate the subparagraphs within that volume. Tab indexing shall be used to identify sections. e. Glossary of Abbreviations and Acronyms. Each volume shall contain a glossary of all abbreviations and acronyms used, with an explanation for each. 3. Proposal Content a. Volume I Price/Contract Documents. Failure to follow the below Contract Proposal preparation instructions may cause your proposal to be deemed unacceptable by the Government. The Contract Volume shall be organized as follows and contain the identified information. (1) TAB A, Exceptions/Assumptions (if required) - Identification and explanation of any exceptions or deviations. Additionally, any assumptions used in the proposal preparation must be identified. (2) The contractor shall acknowledge any amendments to the RFP in accordance with the instructions and Section L, FAR 52.212-1, Instruction to OfferorsCompetitive Acquisition. The offeror shall provide the name, title, email address and telephone number of the company/division point of contact regarding decisions made with respect to your proposal and who can obligate your company contractually. (3) TAB B, Price - Section B shall be submitted fully completed and error free. It shall contain the offerors prices for the established Contract Line Items (CLINS). The offeror shall provide the estimated cost (if any) incurred to comply with the Department of the Armys Contractor Manpower Reporting (CMR) requirement. (4) TAB C, Section K (Representation, Certifications, and Other Statements of Offerors) The offeror shall ensure that Section K is submitted thoroughly completed with all blocks in each certification/representation completed truthfully and completely. b. Volume II Tab A - Technical Capability (1) The Statement of Work Volume shall be clear, concise, and include sufficient detail for effective evaluation and for substantiating the validity of stated claims. Legibility, clarity and coherence are very important. The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet these requirements. Statements that the offeror understands, can, or will comply with the SOO (including referenced publications, technical data, etc.); statements paraphrasing the SOO or parts thereof (including applicable publications, technical data, etc.); and phrases such as standard procedures will be employed or well known techniques will be used, etc., will be considered unacceptable. Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offeror's proposal. Elaborate brochures or documentation, binding, detailed art work, or other embellishments are unnecessary and are not desired. (2) The Technical Capability Volume shall, at a minimum, be prepared in a form consistent with the Statement of Objectives (SOO) and the evaluation criteria for award set forth in Section M of this solicitation. The section shall be prepared in an orderly format and in sufficient detail to enable the Government to make a thorough evaluation of the contractors technical competence and ability to comply with the contract task requirements specified in the SOO. The offeror shall address as specifically as possible the actual methodology you would use for accomplishing the SOO tasks. The Technical Capability volume shall be organized according to the following general outline: "Table of Contents "Exceptions/Assumptions (Identification and explanation of any exceptions or deviations. Additionally, identify any assumptions used in preparing the proposal "Factor One Technical Approach Performance Work Statement "Subfactor A Presentation Drawings "Subfactor B Technical approach narrative "Subfactor C Proposed Material "Factor Two Management and Staffing "Factor Three Schedule Factor One Technical Approach and Sub-Factors The Proposal shall provide a Performance Work Statement that shall demonstrate the Offerors overall understanding of the scope of the services required. The proposal shall contain a detailed narrative fully explaining how the Offeror intends to accomplish the tasks and deliver the required deliverables with minimum risk to the Government in terms of quality and time. This narrative should focus on how the work will be done and not on what is to be done. Presentation Drawings: Provide concept level drawings to describe the specific systems being installed. Technical Approach Narrative: Describe how the material selected, meets the Statement of Objectives. Proposed Material Identification The government will evaluate and consider materials and equipment proposed by brand name and model number as quality standard. Factor Two Management and Staffing (1). The proposal shall include certifications and experiences of personnel installing the equipment and the Design Manager. This project requires an on-site manager Factor Three Contract Duration and Summary Schedule 1.(1). Submit a summary level schedule. This summary schedule will, after contract award, be replaced with a project schedule. The summary schedule shall be task oriented, indicating the number of calendar days, after notice to proceed, by which milestones will be achieved. Schedules shall be graphically represented. 2.The government will evaluate the summary schedule for logic, reasonableness and how it facilitates meeting the proposed contract duration. The proposed contract duration at a minimum shall meet delivery requirements of the solicitation to be rated Acceptable. c. Volume II Tab B Factor 4 Past Performance. Past Performance information described herein is required on the offeror performance. (2) The offeror shall include documentation regarding their relevant past performance as it directly relates to the work being procured under this solicitation. The offeror SHALL NOT go back any farther than 36 months for the submitted data. The past performance data shall document a successful history of past contract performance. To illustrate the offerors past performance, the following documentation shall be submitted: (i) The offeror shall provide documentation outlining the offerors past performance with contracts, as a prime or major subcontractor, which is the same or similar in nature, size, and complexity to the services being procured under this Solicitation. The submittal shall include rationale on how it was determined that the work performed previously was the same or similar in nature, size, and complexity to the work specified by this solicitation. Non-Government contracts may be used if Government contracts are not available. The documentation shall be submitted in the following format: --Contract Number, Award Date and Contract type. --Price/Cost original awarded AND final (or projected final, if contract is current). --Delivery Schedule original AND final (or projected final, if the contract is current). --Address and telephone number for the Government (or commercial) procuring contracting activity AND contract administrative activity (if applicable). --Name, telephone number, fax number and e-mail address for the following: Procuring Contracting Officer (PCO) Administrative Contracting Officer (ACO) Government or commercial technical representative or COR --Identify in specific detail for each contract listed, why or how you consider that effort relevant or similar to the effort required by this solicitation. In determining relevancy, consideration should be given but not limited to such things as product/service similarity, product/service, size and complexity, contract type, contract environment, division of company proposing, and subcontractor interaction. --A narrative explanation on each contract listed describing the objectives achieved and the following data: any cost growth or schedule delays encountered. For any Government contracts which did not/do not meet original requirements with regard to either cost, schedule, or technical performance, a brief explanation of the reason(s) for such shortcomings and any demonstrated corrective actions taken to avoid recurrence. --The contractor shall list each time the delivery schedule was revised and provide an explanation of why the revision was necessary. (3) The burden of providing thorough, complete, and current past performance information as requested in this paragraph remains with the offerors. Proposals that do not contain the information requested by this paragraph risk rejection or a less than acceptable performance rating by the Government. In the case of an offeror without any relevant past performance history, past performance will be evaluated as neutral. (4) The overall past performance evaluation is a subjective decision based on the whole of all data received. Offerors with no past performance may provide the equivalent information on company officials and/or personnel proposed for this action. Section M- Evaluation Factors for Award 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Basis for Contract Award a. This is a best value source selection conducted in accordance with Federal Acquisition Regulation (FAR) 13.106, Source Selection, as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS), and the Army Federal Acquisition Regulation Supplement (AFARS). The Government will select the best overall offer, based upon an integrated assessment of evaluation factors listed below. Contract may be awarded to the offeror who is deemed responsible in accordance with the FAR, whose proposal conforms to the solicitations requirements (to include all stated terms, conditions, representations, certifications, and all other information required by Section L of this solicitation) and is judged by an overall assessment of the evaluation factors to represent the most advantageous to the Government. As part of making the assessment, a best value analysis will be performed determining whether or not exceeding the minimum requirements at an associated price provides the best value to the Government. b. As a basis for award, trade-offs between price and non-price factors are permitted. THEREFORE, THE GOVERNMENT RESERVES THE RIGHT TO AWARD TO OTHER THAN THE LOWEST PROPOSED PRICE. However, the degree of importance of price as a factor in determining award could become greater depending upon the equality of the proposals evaluated in the non- price factors. The greater the equality of proposals within the non- price factors, the more important price becomes in selecting the best value to the Government. Unrealistically proposed prices may be grounds for eliminating a proposal from competition either on the basis that the offeror does not understand the requirement or the offeror has made an unreasonable/unrealistic proposal. c. Award for All of the Work. The Government intends to award one contract as a result of this solicitation. Offers received for less than the stated number of items listed in the Bid Schedule will be considered ineligible for award. As set forth in FAR 52.212-2 the Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a), Clarifications and award without discussions). Therefore, the offerors initial proposal should contain the offerors best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. d. This solicitation will be evaluated inclusive of options. This solicitation contains an option clin, that may or may not be awarded at contract award. 2. Evaluation Criteria a. The proposals will be evaluated in accordance with the following factors: Factor 1: Technical Approach Factor2: Management and Staffing Factor 3: Contract Duration and Scheduling Factor 4: Past Performance Factor 5: Price b. Relative Importance of Factors. The relative importance of each factor is as follows: Factor 1 is more important than Factor 2, Factor 2 is more important than Factor 3. Factor 4 is equal to Factors 1 2 and 3. In accordance with FAR 15.304(e), all evaluation factors other than Cost/Price, when combined, are approximately equal to cost or price. c. FACTOR 1 - Technical Approach- The Offeror shall demonstrate understanding of the requirements of the Statement of Objectives and produce a Statement of Work that will meet those objectives. The proposal will be evaluated based on the proposed approach to perform the work. Sub-Factor A. Presentation Drawings: Provide concept level drawings to describe the specific systems being installed. Sub-Factor B. Technical Approach Narrative: Describe how the material selected, meets the Statement of Objectives. Sub-Factor C. Proposed Material Identification The government will evaluate and consider materials and equipment proposed by brand name and model number as quality standard. The proposer shall include in the proposal material identification for major materials in each of the areas shown below. 1Audio and Video distribution system 2.Video equipment 3.Audio equipment 4.Control Equipment d. FACTOR 2 - Management and Staffing - The offerors proposal will be evaluated on the following: 1. The proposal shall include certifications and experiences of personnel installing the equipment and the Design Manager. This project requires an on-site manager. e. FACTOR 3 Contract Duration and Summary schedule The proposer shall propose the contract duration, not to exceed the maximum contract duration specified. 3.Submit a summary level schedule. This summary schedule will, after contract award, be replaced with a project schedule. The summary schedule shall be task oriented, indicating the number of calendar days, after notice to proceed, by which milestones will be achieved. Schedules shall be graphically represented. 4.The government will evaluate the summary schedule for logic, reasonableness and how it facilitates meeting the proposed contract duration. The proposed contract duration at a minimum shall meet delivery requirements of the solicitation to be rated Acceptable. f. FACTOR 4 - Past Performance. The Past Performance evaluation will assess the relative risks associated with an offerors likelihood of success in performing the solicitations requirements as indicated by that offerors record of past performance. (1). Recency Assessment. An assessment of the past performance information will be made to determine if it is recent. To be recent, the effort must be ongoing or must have been performed during the past 3 years from the date of issuance of this solicitation. Past performance information that fails this condition will not be evaluated. (2). Relevancy Assessment. The Government will conduct an in-depth evaluation of all recent performance information obtained to determine if it is the same or similar in nature, size, and complexity to the services/products being procured under this solicitation. A relevancy determination of the offerors (including joint venture partner(s) and major and critical subcontractor(s)) past performance will be made. In determining relevancy for individual contracts, consideration will be given to the effort, or portion of the effort, being proposed by the offeror, teaming partner, or subcontractor whose contract is being reviewed and evaluated. The past performance information provided in the proposal and information obtained from other sources will be used to establish the degree of relevancy of past performance. Offerors shall provide a point of contact for each record provided. Offerors without a record of relevant past performance or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance and, as a result, will receive a Neutral rating for the Past Performance factor.. g. Factor 5 Price analysis will be used to determine that the prices are fair, reasonable, and realistic in accordance with FAR 13.106-3. Price will not be assigned an adjectival rating or be scored 3. Ratings a. Factor 1, Factor 2 and Factor 3 will receive one of the adjectival ratings defined below. Proposal risk is used to portray the evaluation of weaknesses in the offerors proposals. ADJECTIVALDEFINITION ExcellentExcellent understanding of requirements and proposes an approach that significantly exceeds minimum requirements in a very beneficial manner to the Government. Proposal contains several significant strengths and other strengths. Proposal contains no identified deficiencies, significant weaknesses, or weaknesses. Excellent probability of success with very low degree of risk. GoodHigh quality in most respects and meets and in some instances exceeds minimum requirements in beneficial manner to the Government. Proposal contains some significant strengths and a few strengths. Proposal contains no deficiencies or significant weaknesses, and any identified minor weaknesses do not impact the probability of successful contract performance. Good probability of success with low degree of risk. AcceptableAcceptable quality and meets minimum PWS requirements necessary for acceptable contract performance. Proposal contains some strengths. Proposal contains no deficiencies or significant weaknesses, and any identified minor weaknesses do not impact the probability of meeting minimum requirements. Fair probability of success with low to moderate degree of risk. MarginalA proposal that satisfies most but not all of the Governments requirements and fails to provide sufficient detail to demonstrate the feasibility of the proposed approach. The proposal contains numerous weaknesses (to include significant weaknesses) and/or some deficiencies, but the overall approach is sufficiently sound that the weaknesses and/or deficiencies may be corrected without a major rewrite of the proposal. The degree of proposal risk is moderate to high. UnacceptableSignificantly fails to meet minimum PWS requirements necessary for acceptable performance. The overall proposal contains numerous weaknesses/significant weaknesses and deficiencies that cannot be corrected through discussions, without a major rewrite of the proposal. The degree of proposal risk is high to very high. b. Factor 4; The Past Performance Factor will be assigned one of the ratings defined below. An offeror whose proposal demonstrates no past performance will be rated Neutral. An award will not be made to any offeror who receives a Marginal or Poor past performance rating. RatingDescription ExcellentEssentially no doubt exists that the offeror will successfully perform the required effort based on their performance record. Performance Risk Level: Very Low GoodLittle doubt exists that the offeror will successfully perform the required effort based on their performance record. Performance Risk Level: Low AdequateSome doubt exists that the offeror will successfully perform the required effort based on their performance record. Performance Risk Level: Moderate MarginalSignificant doubt exists that the offeror will successfully perform the required effort based on their performance record. Performance Risk Level: High PoorIt is extremely doubtful that the offeror will successfully perform the required effort based on their performance record. Performance Risk Level: Very High NeutralThe offeror has little/no relevant past performance upon which to base a meaningful performance risk prediction. Performance Risk Level: Unknown 4 - Definitions: a. Deficiency. A material failure of a proposal to meet a Government requirement or a combination of significant weaknesses in a proposal that increases the risk of unsuccessful contract performance to an unacceptable level. b. Strength. Any aspect of a proposal when judged against a stated evaluation criterion, enhances the merit of the proposal or increases the probability of successful performance of the contract. c. Significant Strength. A significant strength appreciably enhances the merit of a proposal or appreciably increases the probability of successful contract performance. d. Weakness. A flaw in the proposal that increases the risk of unsuccessful contact performance. e. Significant Weakness. A flaw that appreciably increases the risk of unsuccessful contract performance. (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. (End of provision) All vendors must have a current Central Contractor Registration (CCR). Proposals are due no later than 11:00 a.m. Central Daylight Time on 30 July 2010. All Proposals shall reference solicitation number W91QF4-10-R-0029 in the subject line. Proposals may be delivered via USPS to: 600 Thomas Ave MICC-DOC Ft. Leavenworth KS 66027, ATTN: William Webb; for courier or commercial carrier (FEDEX, UPS, etc) 535 Carney, Blockberger Terrace, Building 338, Ft. Leavenworth KS 66027, ATTN: William Webb.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/aeb926fe8918a9734618e48abc39891a)
 
Place of Performance
Address: Fort Leavenworth DOC (W91AF4) 600 Thomas Avenue, Unit 3 Fort Leavenworth KS
Zip Code: 66027-1417
 
Record
SN02190461-W 20100630/100628235434-aeb926fe8918a9734618e48abc39891a (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 |
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.