Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2005 FBO #1347
SOLICITATION NOTICE

B -- Job Task Analysis

Notice Date
8/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
541612 — Human Resources and Executive Search Consulting Services
 
Contracting Office
DHS - Border and Transportation Security, Immigration & Customs Enforcement, Contracts & Procurement, William J. Hughes Technical Center Atlantic City International Airport, Atlantic City, NJ, 08405
 
ZIP Code
08405
 
Solicitation Number
HSCEAM-05-R-00025
 
Response Due
8/30/2005
 
Archive Date
8/31/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, in conjunction with FAR 13.5, 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. This solicitation number, HSCEAM-05-R-00025, is being issued as a Request For Proposals (RFP). The solicitation document and the incorporated provisions and clauses are in effect through Federal Acquisition Regulation Circular 2005-05. This is a 100 percent small business set-aside, with NAICS code 541612, and a small business standard of $6 million. The contract line item number(s), supplies or services, quantities, and unit of measure are:Item No.-Supplies or Service-Quantity-Unit-0001-Federal Air Marshal (FAM)(SV-1801)position:1 EA Standards and Physical requirements.The Statement Of Work (SOW), shown as attachment (1), describes the specific work requirements. The performance period will be from the date of award through 150 days after date of award. Specific deliverables are to be made as follows: 1st Deliverable, description, Due Date, Written Report, Draft? of report as 90 days after award (1st submission), described in paragraph ?H.1. Deliverables? in the SOW Note: The government will have 30 days from receipt to review, comment and provide feedback on the ?Draft? report. 2nd Deliverable, Description, Due Date Written Report ?Revised Draft? of report as 10 days after (2nd submission), described in paragraph receipt of ?H.1., deliverables? in the SOW government feedback Note: The government will have 5 days from receipt to review, comment, and provide feedback and approval of the ?Revised Draft? report. 3rd deliverable Description Due Date Written Report Final report as 5 days after (hard copy and described in paragraph approval of the 3.1 MB Disk) ?H.2. Final Report? in the SOW ?Revised Draft? report. The services are to be performed on an FOB destination basis. Several provisions and clauses apply. These include FAR 52.212-1, Instructions to Offerors-Commercial. There are no addenda to the provision. Further, the provision at FAR 52.212-2, Evaluation-Commercial Items, applies with the evaluation criteria, shown as Attachment (2), included in paragraph (a) of that provision. All offerors? must provide a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their proposal. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies. Also, the clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies. Additionally, the following clauses also apply: 52.203-6, Restrictions On Subcontractor Sales to the Government (Jul 1995), Alternate I; 52.219-6, Notice of Total Small Business Set-Aside (Jun 2003); 52.219-8, Utilization of Small Business Concerns (Oct 2000); 52.219-14, Limitations on Subcontracting (Dec 1996); 52.222.3, Convict Labor, (Jun 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001). 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.239-1, Privacy or Security Safeguards (Aug 1996); Other contract clauses are 52.224-1, Privacy Act Notification (Apr 1984); 52.224-2, Privacy Act (Apr 1984) and 52.227-14, Rights In Data-General (Jun 1987), 52.232-32 Performance-Based Payments. (FEB 2002)Additional clauses from the Department of Homeland Security Acquisition Regulation (HSAR) are: 3052.209-70 Prohibition on Contracts with Corporate expatriates (Dec 2003) 3052-209-70 - Prohibition on Contracts with Corporate Expatriates (Dec 2003), 3052.215-70 Key Personnel of Facilities (Dec 2003) 3052.222.70 - Strike or Picketing Affecting Timely Completion of the Contract Work (Dec 2003), 3052.222-71 - Strike or Picketing Affecting Access to a DHS Facility (Dec 2003), 3052-228.70 - Insurance (Dec 2003), 3052.237-70- Qualifications of Contractor Employees (Dec 2003), 3052.237-71 - Information Technology Systems Access for Contractors (Dec 2003), 3052.237-72 - Contractor Personnel Screening for Unclassifed Information Technology Access (Dec 2003), 3052.242-71- Dissemination of Contract Information (Dec 2003), 3052.242-72- Contracting Officer?s Technical Representative (Dec 2003) 3052.247-72, F.O.B. Destination Only (Dec 2003). In addition, at award the provision H.1. ?Contractor Personnel Suitability Requirements? found at attachment 3, applies. All work is to be performed in accordance with the attached statement of work. All proposals are to be submitted by e-mail, addressed to Ms. Grace Kelly, Contracting Officer, DHS-ICE-Contracts and Procurement Branch, at: grace.kelly@dhs.gov. The date and time for submission of offers is: 4pm EST, August 30, 2005. Please refer any questions regarding this notice to Grace Kelly, Contracting Officer via the above email. All the FAR provisions and clauses cited in this combined synopsis/solicitation may be found at http://www.acqnet.gov/far . The SOW and attachments of this solicitation will be available through the Federal Technical Data Solution (FedTeDS) website. To obtain the these documents, the contractor shall register in the Central Contractor Registration (CCR) database and have a Marketing Partner Identification Number (MPIN). For information on CCR and the MPIN, access the website at: http://www.ccr.gov/vendor.cfm.
 
Place of Performance
Address: Reston, VA
Zip Code: 209190
Country: USA
 
Record
SN00859889-W 20050804/050802211522 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.