SOLICITATION NOTICE
D -- Flight Data - HSTS05-12-R-WFU002 Flight Data Package
- Notice Date
- 7/23/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511140
— Directory and Mailing List Publishers
- Contracting Office
- Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 20598, United States
- ZIP Code
- 20598
- Solicitation Number
- HSTS05-12-R-WFU002
- Archive Date
- 8/22/2012
- Point of Contact
- Lisa C Hendrick, Phone: 571-227-4041, Rachel Ali, Phone: 571-227-4873
- E-Mail Address
-
lisa.hendrick1@dhs.gov, rachel.ali@tsa.dhs.gov
(lisa.hendrick1@dhs.gov, rachel.ali@tsa.dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Terms and Conditions Statement of Work Pricing Sheet (i) 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. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. (ii) Solicitation number HSTS05-12-R-WFU002 applies, and is issued as a Request for Proposals. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58, effective 18 May 2012. (iv) This procurement is 100% set-aside for small business concerns. The North American Industry Classification System (NAICS) code is 511140 and the business size standard is 500 employees. Transportation and Security Administration, Headquarters Support Branch intends to award a Firm Fixed Price Contract. Six (6) months of detailed flight data shall be provided each month for all nonstop commercial passenger airline flights, including charter flights as available. Additionally, an online internet tool shall be provided that gives TSA the ability to perform adhoc queries of flight data in between monthly data deliveries. Desired Delivery Date 08/27/2012. If delivery cannot be made in accordance with the Government's delivery schedule, please indicate your best expedited delivery schedule. In accordance with FAR 15.101-2, a Lowest Price Technically Acceptable source selection process will be conducted. Award will be based on the lowest evaluated price of offerors meeting or exceeding the technical acceptability standards for the non-price factors. If any of the offeror's non-price technical factors are determined to be unacceptable, the proposal shall not be further evaluated. Evaluation Factors  Technical  Past Performance  Price Conditions for Evaluation: Offeror must submit a CD containing a sample set of data and a link to the online data querying tool. Instructions must be included for access to sample the entire data set of flight schedule data for all nonstop commercial US passenger airline flights, included charter flights as available, originating or terminating in the US and US territories. Data for US Territories shall include the following airports: PPG, GRO, GSN, GUM, STT, STX, BQN, SJU and PSE for the period of July 1, 2012 - December 31, 2012. ****Failure to follow the packaging instructions may result in your company being charged money by TSA to cover the costs of repackaging the items purchased in this purchase order. If you cannot meet the delivery date please provide new dates. **** *****Company who subcontracts out to a company will be required to send information on the subcontractor's name and past performance.***** (v) CONTRACTOR SHALL CONFORM TO THE FOLLOWIING PACKAGAGING, PRESERVATION AND MARKING INSTRUCTIONS. PACKAGING SPECIFICATIONS: See attached scanned documents for each item and its unique packaging/shipping requirements. Not all items listed in this solicitation require the same specifications. Offeror is responsible for viewing the documents for clear comprehension of requirements prior to offer. PRESERVATION REQUIREMENTS: Preservation requirements include packaging that shall protect any finished surface from scratches or damage resulting from contact with internal blocking or bracing or anything inside the shipping container. **** Please quote prices FOB Destination. **** (vi) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008). 1.Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: a)company's complete mailing and remittance addresses, b) discounts for prompt payment if applicable c) Cage code, d) Dun & Bradstreet number, e) Taxpayer ID number. f) Offerors shall submit price and delivery information for all items. A recent past performance including: contract number, point of contact and current phone numbers. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications- Commercial Items with their offer. (vii) 52.212-2 Evaluation-Commercial Items (Jan 1999). - This is a commercial item acquisition. Award may be made to the offeror found to be lowest price, technically acceptable. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the best value. (viii) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Apr 2012) with Alt 1 included are to be submitted with your offers. (ix) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2012) applies to this acquisition. (x) 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2012) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: a) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). b) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). c) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). d) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). e) 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2)). f) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). g) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). h) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). i) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). j) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). k) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). l) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). (xi) See required documents for scanned copies of each item requested. (xii) Defense Priorities and Allocations System (DPAS): N/A (xiii) QUESTIONS ARE DUE BY COB on FRIDAY, 27 July 2012 @ 4pm EST. PROPOSAL ARE DUE BY COB on TUESDAY, 7 August 2012 @ 4pm EST. Proposal may be emailed to Lisa.Hendrick1@dhs.gov and Rachel.Ali@dhs.gov (xiv) POC is Lisa C. Hendrick, Contracting Officer, 571-227-4305 or Rachel Ali, Contract Specialist, 571-227-4873.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS05-12-R-WFU002/listing.html)
- Place of Performance
- Address: 601 S. 12th Street, Arlington, Virginia, 20598, United States
- Zip Code: 20598
- Zip Code: 20598
- Record
- SN02811972-W 20120725/120723235538-301400f23d85ba1c7a92099d73aef43d (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 |