AMMENDMENT 01: PLEASE NOTE- the DUE DATE HAS BEEN EXTENDED UNTIL 9/2 @ 12:00 PM EST.
This is a combined synopsis/solicitation for commercial services 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 to be published on Sam.Gov. This requirement is a Total Small Business Set Aside under NAICS 237130. Request for Quotation (RFQ) 70FA5022Q00000008 is for the FEMA National Radio System (FNARS) maintenance, inspection, installation, de-installations, and repair of 5kW and above Antennas as defined in the attached Statement of Work (Attachment A).
It is anticipated that a hybrid firm-fixed-price, time and materials purchase order will be awarded.
The Period of Performance will be for base period, 1 year from the date of award and 2 one-year Option periods, if exercised.
FAR 52.212-1- Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (k) of the clause, which is RESERVED;
The solicitation document and incorporated provisions and clauses are those in effect thru Federal Acquisition Circular 2022-04, effective 1/30/2022. Each offeror must provide the following information to clearly demonstrate an acceptable technical approach, necessary experience, certification required and complete pricing in accordance with the following:
One award will result from this solicitation via the issuance of a purchase order for commercial items. The provision at FAR 52.212-2, Evaluation-commercial items, applies to this acquisition.
Basis of Award: The Government intends to award a single Purchase Order to the Offeror whose offer presents the best value to the Government, price and other factors considered. Selection for this solicitation will be made on a Best Value basis. For this requirement, the combined Technical Evaluation Criteria are more important than price. The Government will assess the level of confidence that the offering contractor will successfully perform all requirements. Technical Evaluation Factors will be evaluated using the following:
Rating
Definition
High Confidence (HC)
The Government has high confidence that the Offeror understands the requirement, proposes a sound approach, and will be successful in performing the contract with little or no Government intervention.
Some Confidence (SC)
The Government has some confidence that the Offeror understands the requirement, proposes a sound approach, and will be successful in performing the contract with some Government intervention.
Low Confidence (LC)
The Government has low confidence that the Offeror understands the requirement, proposes a sound approach, or will be successful in performing the contract even with Government intervention.
Neutral (N)
Not Applicable or No recent/relevant performance record is available or the offeror’s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. This is neither a negative or positive assessment.
Government has HIGH / SOME / LOW confidence that the Offeror will successfully perform the contract work. A rating of NEUTRAL shall be applied should there be no relevant performance record upon which to base a meaningful performance rating. This is neither a negative nor positive assessment.
Price Evaluation:
Adequate price competition is expected for this acquisition. Proposed pricing will be evaluated for price reasonableness and completeness. The total evaluated price will be the quoted amount for the base and all options provided on the attached SF 1449. Pricing provided for the scenarios sheet will be used to evaluate the Offeror’s understanding of the potential work in accordance with historical maintenance, repairs, and installs. Pricing from the Scenarios will not be part of the total evaluated price.
In accordance with FAR 52.217-5 and FAR 52.217-8, the Government will evaluate a price for the Option to Extend Services, in the event the Government elects to exercise that option. The method for calculating the option price will be to take the proposed amount for the last option period (based on the proposed amount) and extend the proposed amount for 6-months of continued performance, in accordance with the maximum time available for extension under the clause. This amount will be added to the proposed amount to arrive at the total evaluated price for award.
Principle Place of Performance will be at the sites as outlined in the SOW: The appropriate Wage Determination (WD) will be used for each site and incorporated into the award. Applicable WD’s can be found at www.SAM.GOV.
Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial items, with their response unless that information is current in their System from Award Management (SAM) registration. If registered in SAM please state such in your submission and provide your UEI number.
Note: SAM registration: a prospective awardee shall be registered in the SAM database prior to award information on registration may be obtained electronically at https://www.sam.gov/portal/public/sam/ or by calling 1-866-606-8220.
Please refer to the attached Terms and Conditions (Attachment B) for additional terms and conditions.
Written responses to this RFQ must be received no later than 12:00 PM EST, 9/2/2022 and shall be sent electronically to [email protected]. Technical questions must be received no later than 2:00 PM/EST on 08/12/2022 and must be emailed to Erin Cotter at [email protected]. Amendments to this RFQ will be published in the same manner as the initial synopsis/solicitation. Small Business Responses only.