High Efficiency Gas Adsorber (HEGA)
The Purpose of amendement W91ZLK-19-R-0083 is to: 1. Add Past Performance Questionnaire (attachment), 2. Correct Sections B-M. 1. INTRODUCTION. a) In order to be considered for award, Offerors must be... The Purpose of amendement W91ZLK-19-R-0083 is to: 1. Add Past Performance Questionnaire (attachment), 2. Correct Sections B-M. 1. INTRODUCTION. a) In order to be considered for award, Offerors must be registered in the System for Award Management (SAM) under NAICS 333413 https://www.sam.gov/portal/SAM/#1. For further information regarding registration for SAM or registration/use of FBO, please visit the FBO Learning Center at https://gsafsd.service-now.com/fsd-gov/learning-center-system.do?sysparm_system=FBO and the FBO Vendor Guide, particularly Chapter 4. b) The offeror's written proposal shall be submitted in electronically via email to lesha.n.jones.civ@mail.mil c) The offeror's sample Adsorber, if required shall be delivered to CCDC CBC Receiving. The offeror's proposal shall consist of four (4) volumes plus a sample Adsorber, if required. The Volumes are I - Technical II - Past Performance, III - Price, and IV - Solicitation, Offer, and Award Documents and Certification/Representations. Proposals shall not contain classified data. The use of hyperlinks in proposals is prohibited. Offerors are responsible for including sufficient details to permit a complete and accurate evaluation of each proposal. Proprietary information shall be clearly marked. 2. PROPOSAL SUBMISSION REQUIREMENTS. a. Each digital volume shall be clearly labeled with its Title and Solicitation Number W91ZLK19R0083 b. Text of the proposal shall be single spaced. Each paragraph shall be separated by at least one blank line. A standard, 12-point minimum font size applies. Arial or New Times Roman fonts are required. Tables and illustrations may use a reduced font size no less than 8-point and may be landscape. c. The following digital volumes of material shall be submitted: VOLUME TITLE PAGES I - Technical 10 II - Past Performance 20 III - Price No Limit IV - Solicitation, Offer and Award 25 Documents and Certification/ Representations NOTE: Pages that exceed the required page limitations will not be evaluated. Additional pages over the maximum allowed will be removed or not read and will not be evaluated by the Government. 3. PROPOSAL FILES a. Format. The digital submission shall be clearly indexed and logically assembled. Each volume shall be clearly identified and shall begin at the top of a page. All pages of each volume shall be appropriately numbered and identified by the complete company name, date and RFP number in the header and/or footer. Microsoft Word 2013 files shall use the following page setup parameters: Margins - Top, Bottom, Left, Right - 1" Gutter - 0" From Edge - Header, Footer 0.5" Page Size, Width - 8.5" Page Size, Height - 11" NOTE: 11 X 17 folded pages are acceptable for tables/graphic representations; however, each 11 X 17 page counts as two pages. The following additional restrictions apply: i All price breakdown information to aide in the /price evaluation shall be submitted in Microsoft Office Excel 2013 Read/Write format. ii Content Requirement. All information shall be confined to the appropriate file. The Offeror shall confine submissions to essential matters and sufficient to define the proposal in a concise manner, to permit a complete and accurate evaluation of each proposal. Proprietary information shall be clearly marked. The following shall be included in the volumes: (i) VOLUME I - Technical. This volume shall be organized into the below sections. Offerors are cautioned that "parroting" of the SOW with a statement of intent to perform does not reflect an understanding of the requirement or indicate the ability to perform any task in the SOW and will be rated unacceptable. Factor 1 - Technical Narrative factor. The Government will evaluate the offeror's methodology and approach to meeting the requirements the contact, as set forth in paragraph section C.3.0 of the Scope of Work. To be rated as acceptable, the offeror must demonstrate all of the following items: a. A familiarity with the documented referenced in C.2.0 and an understanding of the exceptions to these documents discussed in this solicitation. b. A detailed description of how the offeror will manufacture the required HEGAs, to include technical drawings. c. A detailed description of recent contracts where the offeror has produced HEGAs similar in design and tolerances to the solicitation. d. A detailed description of how the offeror will ensure timely shipping of delivery orders. e. If the offeror has had their HEGAs tested by CCDC-CBC's TREB office within one year of the solicitation date, Volume I of the proposal shall also include these test results. (ii) VOLUME II - Past Performance The proposal must demonstrate satisfactory past performance and contractual completion of relevant projects. Relevant projects are recent projects that are similar to the solicited project in scope, size, and/or complexity. Scope relevancy is defined as those projects that demonstrate past performance in the production of high efficiency gas adsorbers for toxic chemicals or the nuclear industry. All submitted projects must have been in performance or awarded during the past five (5) years from the issue date of this RFP. Offerors may submit ongoing projects, but they must be at least 75% physically complete. The Offeror will submit information on at least one (1), but not more than five (5) similar projects. At least one (1) of the projects must demonstrate the experience of the Primary Offeror; it is also applied to Joint Venture. Each Joint Venture partner must submit at least one of the projects listing the experience related with the requirement. Additional projects can represent the past performance of the Primary Offeror or major subcontractor. A major subcontractor is defined as one who will be responsible for efforts totaling at least 25% of the labor support cost. In the case of projects submitted by subcontractors, the subcontractor must submit the final cost of their portion of the project along with the other required information. The information that is required to be supplied is identified on the form provided below entitled "Past Performance Questionnaires (Attachment 2)." Provide copies of any Quality Deficiency Reports and Corrective Actions submitted by the Defense Contract Management Agency (DCMA) office within the past three (3) years for any noted contracts and task orders and subcontracts. For noted Government contracts that did not nor do not meet original requirements with regard to either cost, schedule or technical performance, provide a brief explanation of the reason(s) and any corrective actions taken to avoid recurrence. Provide the aforementioned information for all contracts terminated in whole or in part, for any reason during the past three (3) years, to include those currently in the process of such termination as well as those that are not for work similar to the proposed effort. Provide the aforementioned information for any proposed major subcontractor. The Government may also analyze past performance of the Offeror and major subcontractors by reviewing the Contractor Performance Assessment Reporting System (CPARS), and other Army sources and resources. VOLUME III - Price. The total proposed price for Factor (Factor 4) is the basis for the Price proposal. The Task Factor may be awarded. Price Proposal shall consist of the following document files: "xxxxPRICENARRxxx.PDF"; "xxxxPRICExxxx.PDF; "xxxxPRICExxxx.XLSX"; and "xxxxSANITIZEDxxxx.XLSX". Offerors shall replace "xxxx" with the Offeror's name and the date of the proposal. Example, OfferorAPRICE070118.xlsx. Volume Document File Name Note Price Price Narrative xxxxPRICENARRxxxx.pdf Price Narrative - No Page Limit Price Price Proposal xxxxPRICExxxx.pdf xxxxPRICExxxx.xlsx Price Proposal - Offerors shall submitted in both verions: Adobe PDF (.pdf) and Excel format (.xlsx) with all formulas visible in each cell. Proposals submitted which do not adhere to the format or cell requirements may not be further considered for award. Price Sanitized file xxxxSANITIZEDxxxx.xlsx Sanitized Price Proposal - DELETE all prices from the price proposal. This document will be provided to the technical evaluators for evaluation purposes only. a. An excel spreadsheet named "Price for HEGA LINE ITEMS" (Attachment XX) describing required item by CLIN in Section B - Supplies or Services and Prices and items as a minimum for accomplishment of the task order has been provided to this solicitation. FAR 15.403-5(b) allows the Contracting Officer to specify the format of other than cost or pricing data to facilitate and enhance determination of the proposed price reasonableness. b. It is anticipated that competition exists; therefore, certified cost and pricing data is not required. However, if the only one offer is received in response to this RFP, the Government may request additional information supporting the proposed prices. c. Offerors shall ensure that the total level of effort proposed in the Technical section for the Task Factor is included in the xxxxSANITIZEDxxxx.xlsx and the xxxxPRICExxxx.xlsx documents. VOLUME IV - Solicitations, Offer and Award Documents and Certifications/ Representations. Certifications and Representations - Each offeror shall complete (fill-in and signatures) the solicitation sections indicated below using the file (without modification to the file) provided with the RFP. An authorized official of the firm shall sign the SF 33 and all certifications requiring original signature. An Acrobat PDF file shall be created to capture the signatures for submission. Section A - Standard Form 33 (SF 33), Solicitation, Offer and Award Section K - Representations, Certification and Other Statements of Offerors SAMPLE ADSORBER Offerors shall submit a single "HEGA-TEDA-16" Adsorber along with their written proposal. For offerors that receive an Acceptable rating for Factor 1, the Government will evaluate the offeror's submitted Adsorber. To be rated as "acceptable" for Factor 2, the offeror's Adsorber must pass the government's testing. The Adsorber shall be shipped, at the contractor's cost, to U.S Army Receiving, Attn: David Kline, 8222 Blackhawk Road, APG-EA, MD 21010 and shall be labeled "Sample for Solicitation W91ZLK-19-R-0083. If the offeror is found to be acceptable under Factor 1, the Government will send the adsorbers to CCDC CBC's Test, Reliability & Evaluation Branch (TREB) for acceptance testing, which will be conducted in accordance with MIL-PRF-32016A. Offerors that have had their HEGA Adsorber tested by CCDC-CBC's TREB Office within one year of solicitation date may submit their test results Volume 1 of their proposal, in place of the sample HEGA Adsorber.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »