Agency: | DEPT OF DEFENSE |
---|---|
State: | Indiana |
Type of Government: | Federal |
FSC Category: |
|
NAICS Category: |
|
Set Aside: | Total Small Business Set-Aside (FAR 19.5) |
Posted Date: | Mar 29, 2024 |
Due Date: | Apr 26, 2024 |
Solicitation No: | W519TC24QARES |
Bid Source: | Please Login to View Page |
Contact information: | Please Login to View Page |
Bid Documents: | Please Login to View Page |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; proposals are being requested and a formal solicitation will NOT be issued.
This is a Request for Proposal (RFP) using FAR Part 12, Acquisition of Commercial Items; the Solicitation Number is W519TC24QARES for the Building 104 Accumulator Network Removal.
The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03.
The NAICS code for this procurement is 562211 Hazardous Waste Treatment & Disposal. The small business size standard for this NAICS is $47,000,000. The Product Service Code is F108 Environmental Systems Production – Environmental Remediation.
Offerors must be registered within the System for Award Management (SAM) databased at time of response to this solicitation. The website for SAM is https://www.sam.gov/.
ADDENDUM TO 52.212-1, INSTRUCTIONS TO OFFERORS – COMMERCIAL
DESCRIPTION OF REQUIREMENT
CLIN Description Period of Performance Date
0001 BLDG 104 ACCUMULATOR NETWORK REMOVAL - PHASE 1 Date of award – End of Phase 1
0002 BLDG 104 ACCUMULATOR NETWORK REMOVAL - PHASE 2 After Acceptance of Phase 1 – End of Phase 2
*Offeror SHALL propose an estimated timeframe for completion of Phase 1 and Phase 2.
*See Attachment 0001 – Performance Work Statement Final; 27FEB2024, for more information.
TYPE OF ACQUISITION AND CONTRACT
This acquisition is issued as 100% Small Business Set-Aside. Award will be made using best value, resulting in a single award Firm Fixed Price Purchase Order.
PLACE OF PERFORMANCE
Performance will be FOB Destination at the following:
Crane Army Ammunition Activity
Building 104
300 Highway 361
Crane, IN 47522-5001
PROPOSAL SUBMISSION REQUIREMENTS
Offerors shall submit the following in response to this solicitation:
Additional Submission instructions:
PART ONE: EVALUATION FACTOR 1 – TECHNICAL
Quoters shall submit responses to the 3 questions provided at Attachment 0006 that correspond to this solicitation.
Quoters shall provide specific/ specialized knowledge/ skills related to:
Do no include specific (individuals’) names of Government and/or Contractor personnel.
Do not include price/ rates.
PART TWO: EVALUATION FACTOR 2 – PRICE
Quoters shall adhere to the Instructions on the Government provided Pricing template (Attachment 0003) and fully complete ALL required fields.
PART THREE: SITE VISIT
It is MANDATORY that any interested offerors attend the open site visit. Any bidders that do not attend this open site visit, will not be able to bid on this requirement and will automatically be considered ineligible for receipt of award. The site visit is scheduled for 10 April 2024 at Crane Army Ammunition in Crane, IN.
Please provide a response via email if you will be attending the open site visit no later than 12:30 CT, 03 April 2024. There will be no extensions to this date. A statement of interest in the visit after 03 April 2024 will not be accepted. Any interested bidders shall email a statement of interest to the Contracting Officer, Bryce Willett; Email bryce.t.willett.civ@army.mil and Contract Specialist, Bridget Garnica; Email bridget.m.garnica.civ@army.mil
Further instructions on the time and location will be provided via email to those interested offerors.
The proposed site visit cannot be completed while any explosive operations are currently taking place at the facility.
If after this initial site visit, an offeror is interestred in submitting a proposal, a secondary site visit is optional. Tasks for this secondary site visit are listed under Phase 1 of the PWS.
BASIS FOR AWARD
The Government will award one (1) Purchase Order to the offeror whose offer who provides the best value to the Government using a tradeoff process.
The Government has established Technical and Price as the evaluation factors. The order of importance is as follows:
EVALUATION CRITERIA
The Government will evaluate Quotations as follows:
FACTOR 1: TECHNICAL:
The Government will evaluate Factor 1, Technical, using the following criteria:
Demonstration of a clear understanding of the requirements and deliverables, and on the Offeror’s expressed ability to successfully perform. The offerors will be evaluated based on responses to three criteria: Technical Expertise/ Experience, Project Team, and Technical Approach.
Specific/ specialized knowledge/ skills related to:
If the Quotation sufficiently addresses the applicable three (3) critical questions and demonstrates a clear understanding and ability to perform the requirement, then the Government will accept without further explanation that the contractor can perform all PWS requirements. The Quoter may discuss non-critical requirements. However, if the Quoter provides statements which cause the Government to question the Quoter’s ability to perform those non-critical requirements, such statements will be evaluated accordingly.
Technical will be rated using the following standards in Table 1:
Table 1
Technical Ratings
Description
Outstanding
Quotation indicates an exceptional approach and understanding of the requirements and contains multiple strengths. Established team has an extensive background in explosive contaminated facility remediation to include utilizing remote operated waterjet segmentation. Quotation includes detailed previous project experience in the major contract requirements. Proposal includes a well thought-out proposed technical approach to each of the project’s phases.
Good
Quotation meets requirements and indicates a thorough level of expertise and an understanding of the requirements. Established team has background in explosive contaminated facility remediation and previous experience in the major contract requirements including remote operated waterjet segmentation. Proposal includes a solid technical approach. Strengths outweigh any weaknesses. Risk of unsuccessful performance is low.
Acceptable
Quotation meets requirements and indicates an adequate level of expertise and an understanding of the requirements. Established team has an extensive background in hazardous facility remediation and the major contract requirements including explosives familiarity, although little to no experience in remote operated explosive contaminated facility remediation specifically. Proposed technical approach is adequately addressed, but not specific. Strengths and Weaknesses are offsetting or will have little or no impact on task order performance. Risk of unsuccessful performance is moderate.
Marginal
Quotation does not demonstrate an adequate approach and understanding of the requirements. Established team has very limited background in explosive facility contamination remediation and the major contract requirements. Proposed technical approach is flawed or is too vague for Government to determine acceptability. Risk of unsuccessful performance is high.
Unacceptable
Quotation does not meet requirements and contains one or more deficiencies. Appropriate team has not been established, or established team does not have sufficient experience to complete the project tasks without significant government oversight. Risk of unsuccessful performance is high. If this criterion is rated as Unacceptable, additional factors will not be evaluated and the Quotation is not eligible for award.
Definitions
Strength
Strength is defined as a particular aspect of the Quoter’s submission that has merit or exceeds specified performance capability requirements in a way that will be advantageous to the Government during task order performance.
Weakness
Weakness is defined as any flaw in the Quotation that increases the risk of unsuccessful task order performance.
Deficiency
Deficiency is defined as any material failure of a Quotation to meet a Government requirement or a combination of weaknesses in a Quotation that increases the risk of unsuccessful task order performance to an unacceptable level.
FACTOR 2: PRICE
The Government will evaluate Factor 2 – Price, for the following:
Compliance: Quotations will be evaluated for compliance based upon the submission requirements contained in the solicitation.
Price Reasonableness: The Quoter’s Price Quotation will be evaluated to determine reasonableness. In accordance with FAR 31.201-3, a price is reasonable if, in its nature and amount, does not exceed that which would be incurred by a prudent person in conduct of competitive business.
Total Price is calculated as the sum of all CLINs added together.
LISTING OF ATTACHMENTS
Attachment 0001 – Performance Work Statement Final_27FEB2024
Attachment 0002 – US Department of Labor Wage Determination No.: 2015 -4821 Revision 25; 26DEC2023
Attachment 0003 – Price Sheet
Attachment 0004 – FAR 52.204-24 Provision
Attachment 0005 – FAR 52.212-3 Alt 1 Provision
Attachment 0006 – Questions Scenario
Attachment 0007 – Solicitation Provisions & Clauses
DEADLINE FOR SUBMISSION
Offers are due on 26 April 2024 no later than 12:30 PM Central Time.
Offers shall be submitted in the following way:
Electronically via email to the Contract Specialist, Bridget Garnica, bridget.m.garnica.civ@army.mil and Contracting Officer, Bryce Willett, Bryce.t.willett.civ@army.mil. Offerors shall include “W519TC24QARES Response – [Insert Offeror’s Name]” within the Subject line.
QUESTIONS
Questions shall be submitted in the same manner as Offers, electronically via email to the Contract Specialist and Contracting Officer listed above.
**Note: Interested offerors must submit any questions concerning this solicitation at the earliest time possible, to enable the Byer to respond. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
End of Addendum 52.212-1
________________________________________________________________________________________________________
Amendment 0001 to solicitation W519TC24QARES has been executed as of 29 March 2024. Amendment 0001 is to revise the site visit date to 10 April 2024 and extend the solicitation closing date. Quotes shall be received no later than 12:30 PM Central Time, 26 April 2024.
With Free Trial, you can:
You will have a full access to bids, website, and receive daily bid report via email and web.
Follow Boone Creek NNIS Treatment Services for the Hoosier National Forest Active Contract
AGRICULTURE, DEPARTMENT OF
Bid Due: 5/21/2024
Status Ref# Project Close Date Days Left Action Open RFP 24-02-497 IndyGo Red
Indianapolis Public Transportation Corporation
Bid Due: 5/01/2024
Follow Comstock Pine NNIS Treatment Services for the Hoosier National Forest Active Contract
AGRICULTURE, DEPARTMENT OF
Bid Due: 5/14/2024
Post Date Quest Number Category Code Bid/Request Name Bid Closing Date City County
City of Fort Wayne
Bid Due: 5/09/2024