The RFP Database
New business relationships start here

Building 1700.02 Production Equipment with Integration


Alabama, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

**This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. **


ii) The Army Contracting Command - Redstone Arsenal (ACC-RSA) hereby issues this Request for Proposal (RFP), W58RGZ-19-R-0252, to acquire Various Production Equipment, to include Integration, for Building 1700.2 at Corpus Christi Army Depot (CCAD), Corpus Christi, Texas.


iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-03.

iv) W58RGZ-19-R-0252 is being solicited as a 100% Small Business Set-Aside IAW FAR 19.501. NAICS code 238290, Other Building Equipment Contractors, and a small business size standard of $15.0 Million are associated with this notice.


v) The following is a list of contract line item numbers (including options):


Contract Line Items (CLIN):


CLIN 0001 FYI9: Base Year


CLIN 0001AA Integrator
Firm-Fixed Price (FFP)


CLIN 0002AA New Equipment
Cost-NO Fee (CNF)


CLIN 1001 FY20: Option Year One (1)


CLIN 1001AA Integrator
Firm-Fixed Price (FFP)


CLIN 1002AA New Equipment
Cost-NO Fee (CNF)


CLIN 2001 FY21: Option Year Two (2)


CLIN 2001AA Integrator
Firm-Fixed Price (FFP)


CLIN 2002AA New Equipment
Cost-NO Fee (CNF)


Price Formulation: The offeror shall propose in accordance with the following assumptions by CLINs:
(a) FFP CLINs 0001AA, 1001AA, 2001AA, 2003AA
These CLINs shall include prime and subcontractor labor costs and proposed profit. Any material/non-material costs related to these CLINs will be captured.

(b) CNF CLINs 0002AA, 1002AA, 2002AA
The Government will reimburse ONLY for the cost of equipment purchased.

The Army will fully evaluate all priced CLINs. For award purposes, the total proposed price for all CLINs will be added together into a total sum (contract value). The evaluation of all option CLINs will not obligate the Army to exercise any option. The offerors Cost/Price proposal will be evaluated using one or more of the techniques described in FAR 15.404-1 in order to determine if its fair and reasonable.

vi) W58RGZ-19-R-0252 is for the acquisition and relocation of Various Production Equipment, to include Integration, for Building 1700.2 at Corpus Christi Army Depot (CCAD), Corpus Christi, Texas. The integrator will provide utility design, install the utility, purchase new equipment, and relocate existing equipment to Building 1700.2. Integration shall be in accordance with (IAW) the Statement of Work (SOW) (Attachment 001) on a firm fixed price and cost reimbursement (no fee) basis.


The award shall be on an All or None Basis. Award will be made to the offeror responding to the items in Attachment 001, Statement of Work (SOW). Failure to respond to all items may render the offer non-responsive or may cause the offeror's proposal to be rejected.


The Army intends to award on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors, including past performance, pursuant to FAR 15.101-2, Lowest Price Technically Acceptable Source Selection. The Army intends to evaluate proposals and award a contract without discussions. Therefore, an offeror's proposal should contain the offeror's best terms from a technical and price standpoint. The Army reserves the right to conduct discussions if the Contracting Officer determines the discussions to be necessary.


The price proposal submitted by the offeror will be evaluated to determine if it is reasonable. In accordance with FAR 31.201-3, a cost/price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. The Army reserves the right to request additional or more detailed information to support an evaluation of reasonableness.

All price and costs must be in U.S. dollars only. There are no page limitations.

vii) Delivery Schedule/Period of Performance:
The period of performance covers a base year plus two option years for the following reasons:


a) Some of the equipment is complicated, requires design (as they are not off-the-shelf type), and require lead time to manufacture according to the requirements that CCAD has set. These types of equipment need to be ordered earlier. In determining the Obligated Year for each of these sets of equipment, CCAD took into consideration these different levels of complexity.


b) Although the Beneficial Occupancy Date (BOD) of Building 1700.2 is planned for April 2020; we need to consider the time that it takes to plan/ design the integration between the Building 1700.2 and each of the equipment sets. For this reason, we are anticipating that the Expensing Year of all of the purchased equipment may not be complete until 12 months after the BOD.


c) Overall, the Army wants to optimize the equipment being fully functional in Building 1700.2 with the BOD.
No equipment shall be purchased to arrive before the BOD.


viii - xii) This document 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 these addresses:
https://farsite.hill.af.mil/ or
https://www.acquisition.gov/


If the clause requires additional or unique information, then that information is provided immediately after the clause title.


The following provisions apply to this acquisition:


viii) 52.212-1, Instructions to Offerors - Commercial applies to this acquisition.


ix) 52.212-2, Evaluation - Commercial Items applies to this acquisition. The Government will award a contract on the basis of Lowest Price Technically Acceptable Source Selection, pursuant to FAR 15.101-2. Award will be made on the basis of the lowest evaluated price of proposals in which meet the acceptability standards for non-cost factors. The following factors shall be used to evaluate offers.

(i) Technical
(ii) Past Performance


Technical factor evaluates the Offeror's proposal for meeting equipment installation and design requirements. An insufficient proposal could indicate a lack of understanding of the requirements and may result in an un-acceptable rating.

i). Proposal shall clearly demonstrate the Offeror is capable of relocating and installing equipment as stated in the Statement of Work (SOW).

ii). Proposal shall clearly demonstrate the Offeror is capable of meeting the design requirements of new equipment as stated in the SOW.

**During the technical factors evaluation, the following ratings and descriptions will be used to determine whether the proposal is acceptable or uancceptable:

Rating/Description
Acceptable - Proposal meets the minimum requirements of the solicitation.
Acceptable with 3 points

TECHNICAL FACTOR:
a. Quality control plan proposals must demonstrate a clear understanding of the requirements of the statement of work.

(0 point) does not demonstrate a clear understanding
(1 point) demonstrates a clear understaning

b. Proposal shall clearly demonstrate the Offeror is capable of relocating and installing equipment as stated in the statement of work


(0 point) does not demonstrate capable
(1 point) demonsstrates capable

c. Proposal shall clearly demonstrate the Offeror is capable of meeting the design requirements of new equipment as stated in the statement of work

(0 point) does not demonstrate capable
(1 point) demonstrates capable

PAST PERFORMANCE FACTOR:
Past performance will be evaluated to determine whether the Offeror's past performance as a prime contractor:


a. Is relevant or not relevant to the current effort described in the statement of work
(0 point = not relevant)
(1 point = relevant)


b. Involves similar scope and complexities described in the statement of work
(0 point = does not involve similar scope and complexities)
(1 point = involves similar scope and complexities)

c. Performed satisfactorily in its prior work
(0 point = did not perform satisfactorily in prior work)
(1 point = performed satisfactorily in prior work)


d. Meet or did not meet project schedules
(0 point = did not meet project schedules)
(1 point = meets project schedules)


For evaluation purposes, the contractor shall provide three examples of work previously performed. In evaluating past performance, the Government may consider information provided by the Offeror or any other sources available to the Government.


** During the past performance factor evaluation, the following ratings and descriptions will be used to determine whether the proposal is acceptable or unacceptable.

Rating/Description
Acceptable = 4 points
Unacceptable = 3 points or less



x) 52.212-3, Offeror Representations and Certifications - Commercial Items; Offerors are advised to include a completed copy of this provision with the offer.


xi) 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.


xii) 52.212-5, Contract Terms and Conditions Required to Implement Statutes OR Executive Orders - Commercial Items, applies to this acquisition. The contractor shall comply with the following FAR clauses, which are incorporated by reference, to implement provisions of law or Executive orders applicable to acquisition of commercial items.


_X_ (14) (i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644).


_X_ (28) (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).


_X_ (29) (i) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).



_X_ (30) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
_X_ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).


_X_ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989).


_X_ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b).


The following additional FAR clauses are applicable to this acquisition:


52.215-6, Place of Performance
52.215-8, Order of Precedence - Uniform Contract Format
52.215-14, Integrity of Unit Prices,
52.216-1, Type of Contract,
52.216-11 Cost Contract - No Fee
52.219-6, Notice of Total Small Business Set-Aside
52.243-1, Changes - Fixed Price
232.232-7003, Electronic Submission of Payment Requests and Receiving Reports and Instructions.
232.232-7006, Wide Area Workflow Payment Instructions
xiii) There are no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices.
 
xiii) There are no additional contract requriements or terms and conditions determined by the contracting officer to be necessary for this acquisition.

(xiv) The Defense Priorities and Allocations System (DPAS) and assigned ratings are not applicable to this requirement.

xv) Offers shall be submitted in accordance with FAR 52.215-1, Instructions to Offerors. Contractors may email offers to Mrs. Shannon Withrow, email: Shannon.n.withrow.civ@mail.mil with a courtesy copy to Vincent Hines, email: Vincent.e.hines.civ@mail.mil, not later than 1600 (04:00 p.m.). Central Standard Time (CST) by the close of business 05 August 2019.

xvi) Point of Contact Information:
Shannon N. Withrow
PH: (256) 876-3515
Email: Shannon.n.withrow.civ@mail.mil
Please contact via email only.



Read the entire Request for Proposal (RFP) prior to preparation of your offer.


All information provided by the offeror shall be current, concise, specific, and complete. The proposal shall demonstrate a thorough understanding of the requirements described in the SOW. By signing the offer, the offeror attests to the fact that no changes have been made to the text of this RFP, unless otherwise stated. All proposals must include the following:


1. The offeror currently has an up to date registration in the System for Award Management (SAM)


2. The offeror has completed the Online Representations and Certification Application ORCA) in its entirety. The information is current, accurate, complete, and reflects the North American Industrial Classification (NAICS) code(s) for this RFP.


Offerors will be rejected if they do not meet the above criteria in its entirety.


PAYMENT:
Wide Area Workflow (WAWF) is a Web-Based system that allows material receipt and acceptance reports (DD250), Invoices, and other payment-related documents to be created, processed and/or distributed electronically. WAWF has been imposed by the Defense Federal Acquisition Regulatory Supplement (DFARS) 252.232-7003 and is the official repository for all payment requests, acceptance documents, and RFID data input. WAWF can be found at: https://wawf.eb.mil/.


1. How to use WAWF. Training can be found at http://www.wawftraining.com under
"WAWF Contractor Getting Started Guide." This publication provides in-depth instructions for utilizing the WAWF system to submit your invoices electronically.
Required Codes for this contract are as follows:
CONTRACT NUMBER: TO BE DETERMINED (TBD)
CAGE CODE: TBD
PAY DODACC: TBD
TYPE OF DOCUMENT: Use Invoice and Receiving Report Combo
ISSUE BY DODAAC: W58RGZ
ADMIN DODAAC: W58RGZ
INSPECT BY DODAAC: TBD
MARK FOR CODE: TBD
SHIP TO CODE: TBD


3. E-Mail Notifications
After submitting receiving reports and/or invoices, the contractor shall select the "Send More Email Notifications" link and enter the additional e-mail addresses listed below.

Inspector/Acceptor or Contracting Officer Representative (COR) TBD

Administering Contracting Officer (if applicable)Vincent.e.hines.civ@mail.mil
Vincent Hines
COMM: 256-842-7634


Contract Specialist Shannon.n.withrow.civ@mail.mil
Shannon N. Withrow
COMM: 256-876-3515


Contract Specialist Jerry.a.monroe10.civ@mail.mil
Jerry A. Monroe
COMM: 256-842-4438


Invoicing will be by WAWF with a Type 2-in-1. Invoices shall be transmitted to the Contracting Officer Representative (COR) and to the Procuring Contracting Officer (PCO). Please refer to the WAWF clause at Attachment 004-Clause Addendum for additional information.



List of Attachments:
Attachment 001 - Building Layout
Attachment 002 - Statement of Work (SOW)
Attachment 003 - Quality Assurance Surveillance Plan
Attachment 004 - Contract Data Requirements List (CDRLS)

**** There are Building Drawings and Depot Maintenenance Work Requirements available for use while preparing proposals. Please email me at shannon.n.withrow.civ@gmail.com as these files will need to be sent through Safe  Site. *****


Shannon N Withrow, Contract Specialist, Phone 2568763515, Email shannon.n.withrow.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP