SOLICITATION NOTICE
U -- Training on Harris Corporation Stingray product line
- Notice Date
- 4/30/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223
- ZIP Code
- 20223
- Solicitation Number
- 227869
- Archive Date
- 5/19/2010
- Point of Contact
- Siobhan E. Mullen, Phone: 202-406-6818
- E-Mail Address
-
siobhan.mullen@usss.dhs.gov
(siobhan.mullen@usss.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in 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. Reference number 227869 is issued as a Request for Proposal (RFP) through Federal Acquisition Circular 2005-40. The NAICS codes are 611 - Educational Services/611430 - Professional and Management Development Training and the small business size standard is $7 million. This requirement will be unrestricted. Interested sources should provide a capability statement demonstrating ability to provide required training when requesting the relevant Statement of Work. Contractor is required to provide all necessary equipment for training courses. The full Statement of Work will be issued to all responding vendors who have demonstrated capability to successfully perform this requirement. In order to be considered capable, vendors must provide evidence of proficiency regarding Harris Stingray equipment as well as ability to provide training on such equipment. Additionally, contractor is required to provide all necessary equipment on which students will be trained. Government to provide location and transportation. All responsible sources may submit a quote which shall be considered. Award will be made on an all or none basis. The Government will award a firm fixed price contract. The Government will not be responsible for any costs accrued or incurred in response to this solicitation. Due Dates: A ll interested parties must provide capability statements to Siobhan E. Mullen via email no later than 11:59 AM EST, Tuesday, May 4, 2010. All interested parties must provide complete proposals to Siobhan E. Mullen via email no later than 11:59 AM EST, Tuesday, May 12, 2010 to be considered for award. When emailing responses, please put "227869 - Training on Harris Corporation's Stingray product line" in the subject line. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ Format for proposal: Part A. Pricing - the offeror shall provide pricing in the format referenced in the Statement of Work. Part B. Technical Capability - the offeror shall provide detailed approach to providing the training as presented. Part C. Past Performance: The offeror shall provide two relevant contracts held with Government entities within the past two (2) years in which similar services have been performed. Any other contracts during this period that resulted in disputes over non-performance between the offeror and a client shall be identified. For each listing, please provide basic information as follows: Name of Government Agency/Company Client, one (1) Individual Point of Contact and Telephone Number(s); Address of Client; Email Address of Client; Contract Number and Dollar Amount; Description of Services Provided; and Period of Performance. Contractor Information: 1) Provide the name, title, telephone number, fax number, and email address of the point of contact. 2) Provide evidence of current proficiency regarding Harris Stingray equipment as well as ability to provide training on such equipment. 3) Provide the nine-digit DUNS and the nine-digit TIN. DUNS is used to verify that the vendor is in CCR and a small business for the NAICS specified. The Taxpayer Identification Number is necessary for electronic payment. By submitting a proposal, the Offeror acknowledges the Government requirement to be in the Central Contractor Registration (CCR) database prior to award of any contract. Information about CCR may be found at www.ccr.gov. 4) If you have not completed the annual representations and certifications electronically at http://orca.bpn.gov, please fill in the representations and certifications in the Solicitation. If you use ORCA, then do not fill out and sign those pages. Evaluation Criteria The government intends to award a firm fixed price contract to the responsible offeror based on: 1) the technical capability of the services offered to meet the requirements of the Statement of Work 2) past performance and 3) price. These technical factors are listed in order of importance and, when combined, are more important that price. As technical capabilities become more equal, price will increase in importance. Offerors should submit a brief technical proposal in addition to their pricing proposal in support of their ability to meet the requirements of the Statement of Work. This proposal should include sufficient information to allow evaluation of the factors as stated above. Pricing should be stated as a firm fixed price rate. (Government representatives may use past performance information obtained from sources other than those references provided by the potential appraiser.) ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ The following DHS Provisions are applicable: 3052.209-70 Prohibition on Contracts with Corporate Expatriates 3052.204-90 Unauthorized Use of Name The following FAR provisions and clauses apply to this acquisition: FAR 52.212-2 Evaluation--Commercial Items. Award will be based on: 1) the technical capability of the services offered to meet the requirements of the Statement of Work and 2) price. FAR 52.212-3 Offerors Representations and Certifications--Commercial Items FAR 52.212-4 Contract Terms and Conditions--Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Applicable Clauses are as follows) FAR 52.219-4, Limitations on Subcontracting FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999). FAR 52.222-26, Equal Opportunity (Mar 2007) FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) FAR 52.222-54, Employment Eligibility Verification ( Jan 2009 ) FAR 52.223-15, Energy Efficiency in Energy-Consuming Products ( Dec 2007 ) FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim **These DHS and FAR Provisions and Clauses may be accessed via: http://www.arnet.gov/far/, www.dhs.gov. Requests for copies of FAR Provisions or Clauses will not be accepted. Submit email request for DHS Provisions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/227869/listing.html)
- Place of Performance
- Address: orlando, Florida, 32816, United States
- Zip Code: 32816
- Zip Code: 32816
- Record
- SN02137173-W 20100502/100430235308-b1d854c792bcb7e7fb5e307484e2265b (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |