Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 21, 2015 FBO #4865
SOLICITATION NOTICE

J -- Meter Calibration and Equipment Maintenance - Package #1

Notice Date
3/19/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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
HSSS01-15-R-0036
 
Archive Date
4/21/2015
 
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
Provisions and Clauses Statement of Work This is a combined synopsis/solicitation for fixed price 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 written solicitation will not be issued. Synopsis/solicitation number HSSS01-15-R-0036 is issued as a full and open Request for Proposals (RFP) (Unrestricted). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-80, effective March 02, 2015. The North American Industry Classification System code (NAICS) is 811219, Other Electronic and Precision Equipment Repair and Maintenance. The Product Service Code (PSC) is J058, Maintenance, Repair, and Rebuilding of Equipment- Communication, Detection, and Coherent Radiation Equipment. The Department of Homeland Security (DHS) requires contractor support to provide scheduled maintenance, regular calibration service, and immediate repair of various Hazardous Material (HAZMAT) Detection meters and equipment. The requirements of this effort are detailed in the attached Statement of Work (SOW) (See attachment entitled, "RFP HSSS01-15-R-0036 - Attachment 1 - Statement of Work" under "packages" 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 PROPOSALS II. PROVISIONS AND CLAUSES III. ADDITIONAL INFORMATION FOR OFFERORS ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ I. FORMAT AND SUBMISSION OF PROPOSALS Part A. Technical Proposal: Offerors must submit a written description of how work will be accomplished. The technical proposal must be structured to respond directly to each SOW section such that each proposal section corresponds directly to the SOW sections. A separate section shall be included at the end of the technical proposal that includes any assumptions inherent in the contractor's technical solution. (i.e. the government has made space available for temporary storage of repair parts or tools; responsibility for shipping cost and item tracking; etc.) The technical proposal is limited to 10 pages. Past Performance Examples of relevant past performance must be included as a separate attachment to the technical proposal. Past performance examples must reference projects that were similar in size, complexity, and scope. Any referenced example should also be from a recently completed project (within the last 2 years). Past performance examples should be limited to a minimum of three and maximum of five. The total page limit for this section is 6 pages. Past performance examples must provide the following information. 1. Contractor's Name/CAGE Code/ DUNS # and Place of Performance 2. Title of contract and award date 3. Procuring agency. Name and address of Contracting Activity 4. Procuring agency Point of Contact: Name, telephone number, and email address 5. Description of product or service 6. Contract number and type, e.g. FFP 7. Period of performance 8. Total Contract Dollar Value; at contract award and final 9. PPIRS (yes/no) - (Indicate whether or not any government past performance ratings have been completed and identify the last completion date and if it is currently in PPIRS) 10. Prime Or As Subcontractor for past contract 11. Customer's Procuring Contracting Officer (PCO) name, address, phone number, Fax number, and e-mail address, if possible. 12. Customer's Administrative Contracting Officer name, address, phone number, Fax number, and e-mail address, if possible. 13. Customer's Government Program Manager name, address, phone number, Fax number, and e-mail address, if possible 14. Relevancy - Concise assessment of the degree of relevancy the past performance for that contract has to the solicitation, identifying tasks and/or aspects of the effort undertaken on the contract that are relevant to the RFP requirements. Pricing: Offerors shall provide an itemized price proposal that details all known calibration and scheduled maintenance costs, in addition to labor categories, rates, hours and extended prices for emergency repair. Offerors should utilize the format provided in Attachment 2. There is no page limit for the price proposal. Part B. Offerors must submit: 1) Technical, Past Performance, and Price proposal information as required in Part A of this solicitation. 2) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. If you have completed the annual representations and certifications electronically through the System for Award Management, then provide a statement as such and it will be verified. Part C. Following receipt of the information listed in Part B above, the government will evaluate all prospective offerors and make an award based on the offer that represents the best value to the government. Evaluation criteria are outlined in Attachment 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. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ II. PROVISIONS AND CLAUSES See attachment entitled, "RFP HSSS01-15-R-0036 - Attachment 2 - Provisions and Clauses" under "packages" within FBO. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ III. ADDITIONAL INFORMATION FOR OFFERORS 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/HSSS01-15-R-0036/listing.html)
 
Place of Performance
Address: Washington, DC Metro Area, United States
 
Record
SN03673518-W 20150321/150319235650-752feb63a8eb172e44bf5df7a5e86a9d (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.