The BEP Acquisition Office is seeking comments on the below questions:
1) Briefly describe the Contractor's primary business line(s):
2) Provide the Contractor's DUNS number and Cage Code. Provide the socioeconomic status of the Contractor with this response, if any (8(a) SBA Certified, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), Economically-Disadvantaged Woman-Owned Small Business (EDWOSB), Woman-Owned Small Business (WOSB), Small Business (SB)).
3) Briefly describe the Wastewater Pretreatment Plant maintenance support services that the Contractor's company provides; to include providing resources to plan, organize, manage personnel, operate and perform such services for BEP ECF Wastewater Pretreatment Plant.
4) Please demonstrate the Contractor's capability by providing recent and relevant past performance history. Please provide no more than three of the most recent and relevant experience to include contract number, location, value, period of performance, and scope of work, along with a point of contact.
5) Based on the Contractor's performance of similar services, what type of contract will work best for this requirement (Firm-Fixed-Price, Cost-Plus-Fixed-Fee, etc.)? Please identify and provide rationale for which elements of the contract may be performed with a firm-fixed-price or are best suited for cost reimbursement?
6) Based on the functional areas of work, what would be the recommended benefit of using Best Value Lowest Price Technically Acceptable (LPTA) evaluation factors versus Best Value Full Trade-Off evaluation factors (when evaluating Contractor proposals)? Provide supporting information or recommend areas on the Contractor's professional opinion.
7) Based on your performance of similar services, provide examples of some factors that would provide the most advantageous trade off factors for best value trade-offs.
8) Based on the attached Draft Performance Work Statement (PWS), can the Contractor perform all work for this requirement? If not, what percentage of work will be sub contracted?
9) What past experience has your company had in managing contracts of this magnitude? What past experience of your firm makes you capable of handling a contract of this scope and magnitude? Were you a prime or subcontractor on contracts of similar magnitude? If you were a subcontractor, what part of the work were you responsible for?
10) What is your experience in being a prime contractor? Also, what is the maximum number of subcontractors you had on one contract with a scope of work similar to this one?
11) FAR clause 52.219-14 states that at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. How have you complied with this regulation on past similar contracts? Do you anticipate being able to comply on this contract given the Draft PWS?
12) Does your company have the cash flow and resources available to manage a large contract, or the ability to obtain them, if the Government pays on a monthly basis? Based on the projected workload, how long will you be able to sustain payroll, should a delay in payment, outside of our office control, occur?
13) Does the Contractor have an accounting system determined acceptable by the Defense Contract Audit Agency (DCAA) for accumulating and reporting incurred costs under cost-reimbursement contracts.
14) Through past experience, what would be the recommended CLIN structure based upon the requirements in the Draft PWS?
A Draft PWS has been attached to assist with the above questions.
The Acquisition Strategy for this requirement has yet to be approved, and thus a set aside, if any, has not been finalized yet. Once a set-aside, if any, is known a notice will be posted on FBO.
The submittal in response to this RFI shall be provided on standard letter size 8-1/2 by 11 inch paper. The submittal shall be no more than 15 pages. The font for text shall be Times New Roman 12-point or larger. Submitted responses should be in Microsoft Word or Adobe Acrobat format.
Responses are due no later than 11 July 2014, 04:00 p.m. ET. Responses shall be submitted via e-mail only to C. E. John Hoddinott, at [email protected]. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. NO CLASSIFIED INFORMATION shall be submitted in response to this RFI.
Questions regarding this announcement shall be submitted in writing by e-mail to the Contract Specialist, C. E. John Hoddinott at [email protected]. A responder may request clarification or submit technical questions regarding this RFI in writing for any requirement that is unclear by sending an e-mail to C. E. John Hoddinott.
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide capabilities for the Wastewater Pretreatment Plant Maintenance Support Services at the Bureau of Engraving and Printing (BEP) Eastern Currency Facility (ECF) located in Washington, DC and receive comments regarding the requirements documentation. The information provided in the RFI is subject to change and is not binding on the Government. The BEP has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned, but will be handled in accordance with applicable proprietary markings.