MODIFICATION
23 -- Electronic Surveillance Platform Vehicles - Responses to Questions - 2
- Notice Date
- 9/11/2012
- Notice Type
- Modification/Amendment
- NAICS
- 336211
— Motor Vehicle Body Manufacturing
- 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-P-0148
- Archive Date
- 9/28/2012
- 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
- Total Small Business
- Description
- Responses to Questions - 2 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, and its attachments, constitutes the only solicitation; a written solicitation will not be issued. This solicitation is issued as a request for proposal (RFP). Request for Proposal (RFP) HSSS01-12-P-0148 The U.S. Secret Service (USSS) is seeking firm fixed price proposals for electronic surveillance platform vehicle(s). (See RFP and SOW). This is a total small business set aside under NAICS codes 336211 (size standard: 1000 employees) and/or 336360 (size standard: 500 employees). Firms responding to this solicitation are requested to submit a written proposal via email to the USSS by 8:00am EST, September 13, 2012 to Siobhan Mullen at siobhan.mullen@usss.dhs.gov. All questions regarding this RFP should be submitted in writing to Siobhan Mullen at siobhan.mullen@usss.dhs.gov no later than 8:00am EST, September 10, 2012. Your written proposal should include: 1. Offeror's technical proposal to include fulfillment of the Statement of Work, Current and Past Performance information and Pricing. Pricing shall be submitted in a document separate from the technical proposal in the format suggested. Additional narrative may be included if necessary. No pricing information shall be provided in any other sections. 2. Please also identify the task or tasks which the proposed subcontractor is supporting. a. For any subcontractor performing a critical element of the work, please furnish a maximum of five (5) references for similar projects active on or since January 2010. Offerors should also provide a description of the work performed, the dollar amount and duration of the project, and the number of subcontractor employees working on the project. 3. The Government will evaluate the past performance of the subcontractors under contracts of similar size and complexity. "Similar size and complexity" for the purpose of the evaluation means: similar in dollar amount; number of client/customer employees serviced; and numbers of employees supervised. The Government may, at its discretion, obtain and evaluate information from sources other than those provided by the Contractor. 4. For all Past Performance Information, please provide the attached questionnaire to the relevant references and ensure that the references submit the questionnaire no later than 8:00am EST, September 13, 2012. Proposals should also include information for references. The contractor's response shall be evaluated as to whether or not they have demonstrated the ability to meet the needs of the government under the criteria set forth. The Government will make an award to the lowest price technically acceptable offer. Offerors of technically acceptable products and having acceptable past performance ratings will be ranked by price. If you have any questions regarding this additional information, please contact me at siobhan.mullen@usss.dhs.gov. or 202-406-6818. This project is unclassified, however, the contractor/offeror and affiliates shall not be permitted to forward or further distribute solicitation documents to other parties without prior permission from this Contracting Officer. In addition, the contractor/offeror shall not advertise or make endorsement claims of any kin relating to this procurement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/HSSS01-12-P-0148/listing.html)
- Place of Performance
- Address: Washington, District of Columbia, United States
- Record
- SN02877136-W 20120913/120912000902-938b9914f369bdb9052013f363a85d75 (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 |