MODIFICATION
42 -- Chemical Defense Kits - Amendment 1
- Notice Date
- 8/9/2012
- Notice Type
- Modification/Amendment
- NAICS
- 423840
— Industrial Supplies Merchant Wholesalers
- 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-0064
- Archive Date
- 9/15/2012
- Point of Contact
- David Leonard,
- E-Mail Address
-
david.leonard@usss.dhs.gov
(david.leonard@usss.dhs.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Corrected Pricing Detail The purpose of this amendment is to provide a corrected pricing detail and specification. Offerors should use the Excel spreadsheet that is numbered HSSS01-12-R-0064 in lieu of the originally posted HSSS01-12-R-0046. 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-0064 is issued as a Request for Proposals (RFP) as a Service Disabled, Veteran-Owned, Small Business set-aside. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60, effective July 26, 2012. The North American Industry Classification System code (NAICS) is 423840, Safety and Rescue Equipment. The Product Service Code (PSC) is 4240, Safety and Rescue Equipment. The government requires Chemical Defense Kits that are comprised of protective clothing and equipment as stated in the attached specification. Note that a portion of the clothing and equipment is being requested on a brand name basis. 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. The contract type is anticipated to be an Indefinite Delivery, Indefinite Quantity (IDIQ). (The minimum guarantee is the minimum quantity stated in the attached Specification and Pricing Detail.) 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 Provision 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 PROPOSAL II. PROVISIONS AND CLAUSES III. ADDITIONAL INFORMATION FOR OFFERORS ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ I. FORMAT AND SUBMISSION OF PROPOSAL Part A. Pricing: Offerors must complete the attached pricing detail and return a copy with their proposal, in addition to any pricing information that the offeror may wish to submit. Part B. Offerors shall provide: 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) Nine-digit TIN. The Taxpayer Identification Number is necessary for electronic payment. 4) 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) 5) Relevant Past Performance Offerors must provide three (3) examples and references of relevant past performance within the last 5 years. 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 government will evaluate the submitted information but also reserves the right to evaluate information found in the Past Performance Information Retrieval System (PPIRS), Federal Awardee Procurement Integrity Information System (FAPIIS), or any other means available to the government for the purposes of evaluating past performance. Note that direct experience with contract efforts that are similar in scope should yield satisfactory ratings for this factor. If an offeror does not possess direct experience that is relevant to the current project, then they cannot be rated favorably or unfavorably for this factor. The government will evaluate an offerors past performance based on both recentness and relevance. 6) Technical Solution Offerors must provide documentation that details the technical specifications for all proposed equipment that meets or exceeds the minimum specifications that are outlined in the attached pricing detail. Offerors may propose items that exceed the minimum specifications; but please refer to the price/technical trade-off language that is discussed for evaluation factor 3 within FAR Provision 52212-2 - Evaluation - Commercial Items. Please note the minimum and maximum quantities that are listed in the attached specification. Note: Technical proposals shall be limited to 20 pages in length. Price proposals do not have a page limit. All information must be submitted electronically in either Microsoft Office or Adobe format. Part C. Following receipt of the information listed in Part B above, the government will evaluate all submitted information 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 proposal materials must be submitted to David Leonard via email at david.leonard@usss.dhs.gov. Hard copy or faxed proposals shall not be accepted. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ II. PROVISIONS AND CLAUSES See attachment entitled, "RFP HSSS01-12-R-0064 - Provisions and Clauses" under "packages" within FBO. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ III. 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 22 August 2012 by 12:00 PM EST. The deadline for receipt of proposals is 31 August 2012 by 12:00PM 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-0064/listing.html)
- Place of Performance
- Address: Items to be packaged at contractor's facility and distributed to:, Department of Homeland Security, 843 Brightseat Road, Landover, Maryland, 20785, United States
- Zip Code: 20785
- Zip Code: 20785
- Record
- SN02832594-W 20120811/120810000325-18558191f955d217396c568f97b60a80 (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 |