Manatee Protection Systems Maintenance & Repair
DESCRIPTION: COMBINED SYNOPSIS/SOLICITATION - W912EP19R0018 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (... DESCRIPTION: COMBINED SYNOPSIS/SOLICITATION - W912EP19R0018 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 and a written solicitation will not be issued. The Government reserves the right to award without discussions. In accordance with FAR 5.207(c)(16)(i), all responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. This is a Request for Proposal (RFP) and incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2019-01 (20 Dec 2018). The U.S. Army Corps of Engineers (USACE), Jacksonville District has a requirement for a multiple year service contract to provide maintenance, repair, and upgrades to six (6) Manatee Protection Systems (MPS) at Lock and Dam facilities within the USACE Jacksonville District. The 6 locks, all located in South Florida, are Canaveral Lock, St. Lucie Lock, Port Mayaca Lock, Moore Haven Lock, Ortona Lock and W.P. Franklin Lock. USACE Jacksonville District anticipates awarding one (1) non-personal services contract to perform the services listed above. This requirement is a 100% Small Business Set-Aside. The associated NAICS code is: 811219, Other Electronic & Precision Equipment Repair & Maintenance Small business size standard is: $20.5 Million This requirement is for services to provide routine maintenance, repair, and upgrades to the six (6) Manatee Protection Systems (MPS) at Lock and Dam facilities within the USACE Jacksonville District. In addition, programming and hardware maintenance will be required based on the government's mandated performance criteria established at each lock site. Lastly, the contractor shall furnish spare parts as listed in this document such that repairs and replacements to critical elements of the MPS can be accomplished in a timely manner without waiting for spare parts to be procured. (SEE BELOW AND ATTACHED PERFORMANCE WORK STATEMENT) CLIN DESCRIPTION BASE YEAR 0001 Manatee Protection Systems Maintenance & Repair The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform regularly scheduled cleaning, maintenance and repair, and reporting of the entire Manatee Protection System (MPS) at each lock facility as defined in the Performance Work Statement (PWS). 0002 Acoustic Detection Sensor (ADS) 4 Programming and Hardware Maintenance The contractor shall provide unforeseen ADS 4 Programming and Hardware Maintenance as defined in the PWS. THIS IS A NOT-TO-EXCEED (NTE) CLIN. 0003 Perform Repairs to MPS The contractor shall provide unforeseen site repairs to the MPS as defined in the PWS. THIS IS A NOT-TO-EXCEED (NTE) CLIN. 0004 Perform Repairs to Manatee Screens The contractor shall provide unforeseen repairs to the Manatee screens as defined in the PWS. THIS IS A NOT-TO-EXCEED (NTE) CLIN. OPTION YEAR 1 1001 Manatee Protection Systems Maintenance & Repair 1002 Acoustic Detection Sensor (ADS) 4 Programming and Hardware Maintenance 1003 Perform Repairs to MPS 1004 Perform Repairs to Manatee Screens OPTION YEAR 2 2001 Manatee Protection Systems Maintenance & Repair 2002 Acoustic Detection Sensor (ADS) 4 Programming and Hardware Maintenance 2003 Perform Repairs to MPS 2004 Perform Repairs to Manatee Screens OPTION YEAR 3 3001 Manatee Protection Systems Maintenance & Repair 3002 Acoustic Detection Sensor (ADS) 4 Programming and Hardware Maintenance 3003 Perform Repairs to MPS 3004 Perform Repairs to Manatee Screens OPTION YEAR 4 4001 Manatee Protection Systems Maintenance & Repair 4002 Acoustic Detection Sensor (ADS) 4 Programming and Hardware Maintenance 4003 Perform Repairs to MPS 4004 Perform Repairs to Manatee Screens Note: Option Year CLIN descriptions shall match that of the corresponding Base Year CLIN descriptions. Period of Performance: 12 months, with (4) 12-month options Location of Work: The work to be performed under this contract will be performed at the contractor's facility and at the following six (6) lock sites: • Canaveral Lock; 1000 Mullet Road, Cape Canaveral, FL 32920 (321) 783-5421 • St. Lucie Lock; 2200 S.W. Canal St. Stuart, FL 34997 (772) 287-2665 • Port Mayaca Lock; 18110 S.W. Connors Hwy, Canal Pt., FL 33438-1516 (561) 924-2858 • Moore Haven Lock; 204 Lock Road, Moore Haven, FL 33471 (863) 946-0414 • Ortona Lock; 1217 Lock Lane, Moore Haven, FL 33471 (863) 675-0615 • W.P. Franklin Lock; 1661 S. Franklin Lock Road, Alva, FL 33920 (239) 694-545 The provision at 52.212-1 Instructions to Offerors -- Commercial, applies to this acquisition. Addendum to 52.212-1 Proposal Content - The proposal shall have a title page identifying the offeror, the full address, phone and facsimile numbers, points of contact (POCs) and Commercial and Government Entity (CAGE) code of the offeror, the solicitation number and its contents. All proposal documents when printed shall fit on 8 x 11 inch paper to include spreadsheets (with appropriate page breaks). The proposal shall be, at a minimum, 12 point font (8 point is acceptable for Tables/Graphics). Ensure the proposal is submitted in PDF format. Spreadsheets shall be submitted in Excel document format. Proposals shall be responsive to and comply with the terms of this combined synopsis/solicitation in order to be eligible to receive an award. All combined synopsis/solicitation requirements shall be addressed in sufficient written detail for the Government to determine if the offeror understands each aspect of the Government's requirement. The offeror shall address each task separately, and shall provide sufficient narrative and supporting data for each task. Lack of sufficient detail shall be considered sufficient cause for the proposal to be determined unacceptable. Statements that the offeror understands, can, or will comply with all specifications, or statements paraphrasing the specifications or parts thereof, or phrases such as "standard procedures will be used" or "well-known techniques will be used" will be considered unacceptable. The Government will reject the proposal if determined to be materially nonresponsive or that does not conform to the terms of the combined synopsis/solicitation. To be eligible to receive an award, the proposal submitted in response to this combined synopsis/solicitation shall consist of the contents required in the sub-paragraphs described below: a. Technical: The term "technical," as used herein, refers to the non-price elements listed below. • Element A: Specifications (Section 1): Specifications have been defined in the Performance Work Statement (PWS). The vendor shall submit a proposal that meets or exceeds all specifications identified in the PWS. • Element B: Technical Experience (Section 2): The vendor shall provide at least one (1) but no more than three (3) technical experience projects. Collectively, the narrative for Element B projects must demonstrate similar corporate experience with PWS Tasks 2, 3, and 4 (one project does not have to cover all tasks, as long as all task are covered in the collective projects submitted for Element B). The technical references must contain the following information: • Project Contract Number • Project Title & Location • Project Description and Key Personnel • Project Start & Ending Dates • Prime Contractor Performing Work • Subcontractor(s) Performing Work (Indicate Discipline) b. Past Performance (Section 3): No submission is required for the Past Performance Factor. The Government intends to review past performance information from any source available. These sources include, but are not limited to, the Past Performance Information Retrieval System (PPIRS), points of contact from the technical experience projects, or other databases, interviews with Program Managers, and interviews with Contracting Officers. c. Price (Section 4): A Firm Fixed Price (FFP) shall be submitted for this effort. The vendor will provide pricing for each CLIN with associated pricing that details the level of effort (LOE) and mix of labor for each PWS Task. The provision at 52.212-2 Evaluation--Commercial Items, applies to this acquisition. Addendum to 52.212-2 The Government anticipates the issuance of a Firm Fixed Price (FFP) Lowest-Priced Technically Acceptable (LPTA) contract in accordance with the procedures authorized in FAR Part 13, Simplified Acquisition Procedures, and considering the following factors: (1) Technical; (2) Past Performance; (3) Price. To be eligible to receive an award, proposals submitted in response to this combined synopsis/solicitation shall consist of the contents required in the sub-paragraphs described below: a. Technical: The term "technical," as used herein, refers to the non-price elements listed below. Proposals will be rated as "Acceptable" or "Unacceptable" in regards to ability to meet each element. Refer to Table 1 for a description of the ratings. The minimum requirements of each element must be met in order for the technical factor to be considered acceptable and for the proposal to be considered for award. • Element A: Specifications (Section 1): Specifications have been defined in the Performance Work Statement (PWS). The vendor shall submit a proposal that meets or exceeds all specifications identified in the PWS. • Element B: Technical Experience (Section 2): The vendor shall provide at least one (1) but no more than three (3) technical experience projects. Collectively, the narrative for Element B projects must demonstrate corporate experience with all PWS Tasks 2, 3, and 4 (one project does not have to cover all tasks, as long as all task are covered in the collective projects submitted for Element B). The technical references must contain the following information: • Project Contract Number • Project Title & Location • Project Description and Key Personnel • Project Start & Ending Dates • Prime Contractor Performing Work • Subcontractor(s) Performing Work (Indicate Discipline) Table 1. Technical Acceptable/Unacceptable Ratings Rating Description Acceptable Proposal meets the requirements of the solicitation. Unacceptable Proposal does not meet the minimum requirements of the solicitation. b. Past Performance (Section 3): The Government will evaluate offerors' likelihood of success in performing the solicitation's requirements as indicated by those offerors' record of past performance. Past performance ratings will be based on data obtained from any available sources, such as the Past Performance Information Retrieval System (PPIRS). The Government will assign a rating as indicated below. Table 2. Past Performance Evaluation Ratings Rating Description Acceptable Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. (See note below.) Unacceptable Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. NOTE: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown (or "neutral") past performance. In the context of acceptability/unacceptability, a neutral rating shall be considered "acceptable." c. Price (Section 4): A Firm Fixed Price (FFP) shall be submitted for this effort. The vendor will provide pricing for each CLIN with associated pricing that details the level of effort (LOE) and mix of labor for each PWS Task. Each CLIN will be totaled, and the CLIN sub-totals will be included in the total proposal price. The Government will then include an additional six months of option year four (4) prices for the option to extend services in accordance with FAR clause 52.217-8 to calculate the total evaluated price. The Government will evaluate all aspects of the price proposal for reasonableness. Proposals found to be unreasonable may be rejected on that basis. The Government will only award the required contract if a fair and reasonable price can be obtained. The provision at 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4 Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Additional FAR clauses cited in 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, that apply to this acquisition • 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006), Alternate I • 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements • 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards • 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment • 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters • 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations • 52.219-6 Notice of Total Small Business Set-Aside • 52.219-8 Utilization of Small Business Concerns • 52.219-14 Limitations on Subcontracting • 52.219-28 Post Award Small Business Program Rerepresentation • 52.222-3 Convict Labor • 52.222-21 Prohibition of Segregated Facilities • 52.222-26 Equal Opportunity • 52.222-35 Equal Opportunity for Veterans • 52.222-36 Equal Opportunity for Workers with Disabilities • 52.222-37 Employment Reports on Veterans • 52.222-40 Notification of Employee Rights Under the National Labor relations Act • 52.222-41 Service Contract Labor Standards • 52.222-42 Statement of Equivalent Rates for Federal Hires • 52.222-50 Combating Trafficking in Persons • 52.222-55 Minimum Wages Under Executive Order 13658 • 52.222-62 Paid Sick Leave Under Executive Order 13706 • 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving • 52.224-3 Privacy Training • 52.225-13 Restrictions on Certain Foreign Purchases • 52.232-33 Payment by Electronic Funds Transfer-System for Award Management • 52.233-3 Protest After Award • 52.233-4 Applicable Law for Breach of Contract Claim Additional Provision that apply to this acquisition: • 52.203-18 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements-Representation • 52.204-7 System for Award Management • 52.204-16 Commercial and Government Entity Code Reporting • 52.204-22 Alternative Line Item Proposal • 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law • 52.217-5 Evaluation of Options • 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications • 252.203-7005 Representation Relating to Compensation of Former DoD Officials • 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls • 252.205-7000 Provision of Information to Cooperative Agreement Holders Additional Clauses that apply to this acquisition: • 52.203-3 Gratuities • 52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements • 52.204-13 System for Award Management Maintenance • 52.204-18 Commercial and Government Entity Code Maintenance • 52.204-19 Incorporation by Reference of Representations and Certifications • 52.204-21 Basic Safeguarding of Covered Contractor Information Systems • 52.215-23 Limitations on Pass-Through Charges • 52.232-39 Unenforceability of Unauthorized Obligations • 52.232-40 Providing Accelerated Payments to Small Business Subcontractors • 252.201-7000 Contracting Officer's Representative • 252.203-7000 Requirements Relating to Compensation of Former DoD Officials • 252.203-7002 Requirement to Inform Employees of Whistleblower Rights • 252.204-7004 Alternate A, System for Award Management • 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting • 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support • 252.225-7012 Preference for Certain Domestic Commodities • 252.225-7048 Export-Controlled Items • 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns • 252.227-7015 Technical Data--Commercial Items • 252.227-7037 Validation of Restrictive Markings on Technical Data • 252.232-7010 Levies on Contract Payments • 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel • 252.243-7002 Requests for Equitable Adjustment Fill-In Clauses that apply to this acquisition: • 52.217-8 Option to Extend Services The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of contract expiration. • 52.217-9 Option to Extend the Term of the Contract. (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years, 6 months. • 52.219-28 Post Award Small Business Program Rerepresentation (g) If the Contractor does not have representations and certifications in SAM, or does not have a representation in SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code 541620 • 52.252-6 Authorized Deviations in Clauses (a) The use in this contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. Open Market pricing is required. Anticipated Award Date is: May 17, 2019 Technical inquiries and questions relating to this combined synopsis/solicitation are due by 3:00 PM EST, April 25, 2019. Questions shall be sent via email to chad.d.manson@usace.army.mil, and james.t.tracy@usace.army.mil. When submitting questions, please include the solicitation number, and title. The government reserves the right to limit and/or to not respond to any further questions pertaining to this project received after April 25, 2019. Offerors should base their offers on the information provided in the solicitation and all issued amendments thereto. All answers to technical inquiries and questions are reviewed by the Contracting Officer prior to response. Answers to technical inquiries may result in amendments to the solicitation. If an amendment is issued, it will be posted on the Federal Business Opportunities website (www.fbo.gov). Proposals are due by 12:00 PM EST, May 9, 2019. Proposals shall be sent via email to chad.d.manson@usace.army.mil, and james.t.tracy@usace.army.mil. Any other questions regarding this acquisition should be directed to the Contract Specialist, Chad Manson at (904) 232-3420 or by e-mail. Attached: Performance Work Statement (PWS) Manatee ADS (Acoustic Detection Sensor) Protection System Manual (Redacted) Wage Determinations: WD 07-0134 FL Diver Services WD 15-4529 Lee County WD 15-4555 Brevard County WD 15-4563 Martin County WD 15-4573 Palm Beach County WD 15-4581 Glades County
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »