Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2012 FBO #3896
SOLICITATION NOTICE

46 -- Water Filtration System Modernization - Package #1

Notice Date
7/23/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
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, United States
 
ZIP Code
20223
 
Solicitation Number
HSSS01-12-R-0041
 
Archive Date
8/30/2012
 
Point of Contact
David Leonard,
 
E-Mail Address
david.leonard@usss.dhs.gov
(david.leonard@usss.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Draft DD-254 for solicitation purposes only. Offerors must supply their cage code. Failure to provide a valid cage code will result in automatic exclusion from phase-two of the solicitation. Pricing detail must be completed and submitted with the offerors proposal material. Past performance survey must be sent to 3 references who must submit the form directly to the contract specialist identified in this solicitation. Provisions and Clauses: Includes FAR Clause 52.212-2 - Evaluation - Commercial Items Statement of Objectives This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Proposals are being requested for submission, and a written solicitation will not be issued. Synopsis/solicitation number HSSS01-12-R-0041 is issued as a two-phase, Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58 dated May 18, 2012. The North American Industry Classification System code (NAICS) is 221310 - Water Supply and Irrigation Systems. The Product Service Code (PSC) is 4610 - Water Purification Equipment. The government requires services to modernize an existing water filtration system at a secure facility within the National Capital Region (NCR). Maintenance of the modernized system will be required once the modernization effort is complete. Additional information is provided in the attached Statement of Objectives (SOO). Please note that while no classified material is included in this solicitation, the awardee will require a clearance as indicated in the attached draft Department of Defense Contract Security Classification Specification (form DD-254). ALL QUESTIONS AND PROPOSALS SUBMITTED BY OFFERORS MUST BE UNCLASSIFIED. The anticipated period of performance will be 5 years which are comprised of a 12-month base period, and four, 12-month option periods. The Government intends to award a single, firm-fixed price commercial contract for the Department of Homeland Security as a result of this RFP. Award will be made to the offeror whose proposal responding to the solicitation represents the best value to the government. Best value will be determined by evaluating the factors identified in FAR Clause 52.212-2 that is included in the attachment, "Provisions and Clauses" available under the "Packages" page within FBO. Potential offerors are hereby notified that the solicitation and subsequent amendments to the solicitation will only be available by downloading the documents at the Federal Business Opportunities Website at http://www.fbo.gov. By submitting a response to this solicitation, the vendor will be self-certifying that neither the offeror nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. This Solicitation is comprised of: I. FORMAT AND SUBMISSION OF PHASE-ONE PROPOSAL MATERIALS II. FORMAT AND SUBMISSION OF PHASE-TWO PROPOSAL MATERIALS III. PROVISIONS AND CLAUSES IV. DUE DATES AND ADDITIONAL INFORMATION FOR OFFERORS ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ I. FORMAT AND SUBMISSION OF PHASE-ONE PROPOSAL MATERIALS Offeror must provide the following information as part of their Step-one response. Items 1 through 3 may be included within the capability statement document that is discussed as item 4; provided they are identified in any table of contents. 1) Name, title, telephone number, fax number, and email address of their point of contact. 2) Nine-digit DUNS. The DUNS is used to verify that the vendor is in CCR. 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. 3) Cage Code. The cage code is used to ensure that the offeror possesses the requisite level of security clearance to be considered for inclusion in step-two of the RFP. Note that provisional clearances that are "in process", pending, or designated as interim at the time of step-one proposal submissions will not be accepted. Offerors must possess an active clearance at the time of step-one proposal submission. 4) Nine-digit TIN. The Taxpayer Identification Number is necessary for electronic payment. 5) Wage Determination Information: The government has determined that Wage Determination 05-2103 (Rev. 12 is applicable to this requirement. The Occupation code for the anticipated system installers and maintenance workers is 25210 - Water Treatment Plant Operator. The minimum rate that is allowed for the Washington DC area for the stated Occupation Code is$20.84. This occupation code is also subject to the following benefits as provided by the contractor to their employees: HEALTH & WELFARE: $3.71 per hour or $148.40 per week or $643.07 per month; VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of ten paid holidays per year, New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4174) 6) Capability Statement Offerors must provide general information about their company and line of products/services utilized to provide the government with a reasonable understanding of the offeror's capabilities. 7) Relevant Past Performance Offerors must provide examples of relevant past performance. It is requested that the offeror provide the attached Past Performance Survey to three (3) references, who should in turn submit the surveys directly to the contract specialist via email at david.leonard@usss.dhs.gov. The surveys must be submitted by the closure date of this solicitation. The government will evaluate offeror information in the Contractor Performance Assessment Rating System (CPARS), the Past Performance Information Retrieval System (PPIRS), the Federal Awardee Procurement Integrity Information System (FAPIIS), and any other source available when considering past performance information. The above information, if timely received, will be evaluated by the government for completeness and accuracy. The government will further determine whether each offeror is likely to be able to fulfill the stated requirement. Following evaluation, the government will provide advisory notifications to all offerors that responded to step-one of the solicitation. The advisory notifications will be sent to each offeror to indicate whether or not they are included in step-two and should submit step-two proposals. II. FORMAT AND SUBMISSION OF PHASE-TWO PROPOSAL MATERIALS Following the government's advisory notification for inclusion in step-two of the solicitation, offerors that are advised to proceed must coordinate a site visit in order to analyze the existing water filtration system. Note that existing system component reuse is encouraged for this modernization effort but not required for all components. Part A. Pricing: Offerors shall provide an itemized price proposal that provides separate line items for supplies and services required in the base period and each option period. Any ancillary hardware items should be separately priced in order for the government to evaluate these items in conjunction with the proposed software elements, if applicable. Offerors must complete the attached pricing detail in addition to any pricing information that the offeror may wish to submit. Part B. Offerors shall provide: 1) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. If you have completed the annual representations and certifications electronically through ORCA at http://orca.bpn.gov, then provide a statement as such and it will be verified. (Provision included in full text within attachment) 2) Technical Solution Offerors must provide a Performance Work Statement that provides sufficient detail regarding their proposed technical solution to allow the government to evaluate the adequacy of the proposed approach. The PWS must address the requirements of SOO using the same section headings and numbering that are listed in the SOO. Failure to address all elements of the SOO may result in your offer being excluded from award consideration. Offerors must detail all services, hardware, and software for the proposed solution. Consumables for continued support and maintenance must also be proposed for a total of 4 years beyond the date of modernization completion. Part C. Following receipt of the information listed in Parts A & B above, the government will evaluate all prospective offerors and make an award based on a best value determination as discussed in the attached FAR Provision 52.212-2. An award notification will be emailed directly to all interested parties. All documents required for submission of proposals must be sent to David Leonard via email at david.leonard@usss.dhs.gov. Hard copy or faxed proposals shall not be accepted. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ III. PROVISIONS AND CLAUSES See attachment entitled, "RFP HSSS01-12-R-0041 - Provisions and Clauses" under "packages" within FBO. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ IV. DUE DATES ADDITIONAL INFORMATION FOR OFFERORS All questions regarding the solicitation must be emailed to the contract specialist, Mr. David Leonard at David.Leonard@ usss.dhs.gov no later than 08 August 2012 by 12:00 PM EST. The deadline for receipt of phase-one proposal information is 15 August 2012 by 12:00 PM EST. Communications with other officials may compromise the competitiveness of this acquisition and result in cancellation of the requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/HSSS01-12-R-0041/listing.html)
 
Place of Performance
Address: TBD, Washington, District of Columbia, 20223, United States
Zip Code: 20223
 
Record
SN02811638-W 20120725/120723235135-7aef6c7340ac1bc1e89d4c741af903d6 (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 |
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.