Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 13, 2015 FBO #5042
SOLICITATION NOTICE

X -- OCPO Conference Space - Attachment A - SOW - Standard Form 18

Notice Date
9/11/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-15-Q-00447
 
Point of Contact
Ni'eema Ba'th, Phone: 202-447-5568, Ronald Jean-Baptiste, Phone: 202-447-5705
 
E-Mail Address
nieema.bath@hq.dhs.gov, ronald.jean-baptiste@hq.dhs.gov
(nieema.bath@hq.dhs.gov, ronald.jean-baptiste@hq.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Standard Form 18 - Request for Quotation Attachment A: Statement of Work (SOW) Combined Synopsis/Solicitation Description: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.106, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested and a written solicitation will not be issued. The Government intends to award a Firm Fixed Price contract under the Simplified Acquisition Procedures using FAR Part 13. (ii) The solicitation reference number is HSHQDC-15-Q-00447. This requirement is issued as a Request for Quotation (RFQ). (iii) This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-84. (iv) This solicitation is set aside for small business. The associated North American Industry Classification System (NAICS) code is 531120 Meeting hall and room rental or leasing the Small Business size standard is $27,599,999.00. (v) The Contract Line Item Numbers, Items, Quantities, and Units of Measure (including options) are listed in Standard Form (SF) 18. (vi) The contract shall provide for Conference Space in accordance with Attachment A. (vii) The period of performance: September 30, 2015 through November 15, 2015. The place of performance shall be at the contractor's facility. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items (April 2014), applies to this acquisition. ADDENDUM to 52.212-1 : Quoter must address each of the technical requirements outlined in section "vi". Quoter's submission must include the following information: Dun & Bradstreet Number (DUNS); Northern American Industrial Classification System (NAICS) Code; Contact Name; Contact Email Address; Contact Telephone and Fax Number; Complete Business Mailing Address. Quoter's shall submit the name and contract information of at least three relevant Past Performance references. Each Quoter shall submit Pricing as a separate document that shall include the format shown on Standard Form 18. The Quoter shall not submit more than three (3) pages for their Pricing Quotation. The Technical Capability Quotation shall be no more than five (5) pages. The entire submitted Quotation shall be no more than eight (8) pages. This does not include the Past Performance reference. No price information shall be in the Technical Capability Quotation. (End of Provision) (ix) The provision at 52.212-2, Evaluation - Commercial Items (Oct 2014) applies to this acquisition. This contract will be awarded on a Best Value - Tradeoff basis. Vendors will be evaluated based on their adherence to the requirements set forth in Attachment A. (i) Technical Acceptance: Quoter's shall address each of the technical requirements outlined in Attachment A. Technical Capability will be evaluated on an Acceptable or Unacceptable basis. Acceptable Rating: Quote clearly meets the minimum requirements of the solicitation. Unacceptable Rating: Quote does not meet the minimum requirements of the solicitation. If any of the requirements are considered Unacceptable then the entire Technical Quotation will be considered Non-Responsive and the Quoter will no longer be considered for award. (ii) Past Performance Assessments: The Quoter's past performance will be evaluated on the basis of information contained in the Quoter's submission and the information that the Government obtains through reference checks or other means. The past performance evaluation will assess the Quoter's record of providing high quality services of a similar nature in a manner that ensures maximum accuracy, throughout, cost effectiveness and overall client satisfaction. Past Performance includes relevance of experience and past performance quality. a) EVALUATION AND AWARD: A single award will be made to the responsible Quoter submitting an overall Quotation that is determined most advantageous to the Government, price and non-price factors considered. However, the Government reserves the right to increase or decrease the number of awardees based on the results of the evaluation. Awards will be made to the Quoter whose quotation meets the Government's requirements and whose technical performance and price represent the most advantageous to the Government. The evaluation of quotations will be based on a technical evaluation of the Technical Capability and Past Performance non-price evaluation factors. Technical Capability is more important than Past Performance. When combined, the technical evaluation factors of (i) Technical Capability, and (ii) Past Performance, are significantly more important than Price. As the technical evaluation of quotations approaches equality, greater will be the importance of price in making the award determination. In the event that two or more quotations are determined not to have any substantial technical differences, awards may be made to the lower priced quotation. It should be noted that award may be made to other than the lowest priced quotation if the Government determines that a price premium is warranted due to technical merit. The Government may also award to other than the highest technically rated quotation, if the Government determines that a price premium is not warranted. b) Awards may also be made on the basis of initial quotations without discussions. Quoters are therefore cautioned that each initial quotation should contain the Quoters best terms. c) Price Analysis: The Government will conduct its price analysis using one or more of the techniques listed below: 1. Comparison of proposed prices received in response to the solicitation. 2. Comparison of proposed prices with independent government cost estimates. 3. Comparison of proposed prices with prices obtained through market research for the same or similar items. d) A written notice of award or acceptance of a quotation, mailed or otherwise furnished to the successful Quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the Quoter's specified expiration time, the Government may accept a quotation (or part of a quotation), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (March 2015), applies to this acquisition. The Quoter shall complete only paragraphs (b) of this provision if the Quoter has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Quoter has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) applies to this acquisition. ADDENDUM to 52.212-4 : Original invoices shall be e-mailed to: dfcops@fins3.dhs.gov with a courtesy going to the COR, Contracting Officer, and Contract Specialist. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2015), applies to this acquisition. FAR 52.217-8, Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within thirty (30) days. The requirement contains FAR Subpart 52.217-8. The Government will evaluate this option by considering the prices proposed for the base period and the option periods with the understanding that should the Government elect to utilize the FAR Subpart 52.217-8 clause, the scope of work and price will be exactly the same, other than period of performance, as the base period or option period being extended. (End of clause) (xiii) The following additional clauses provisions are cited: HSAR 3052.209-70 Prohibition on contracts with corporate expatriates; and HSAR 3052.242-72 Contracting Officer's Technical Representative. Full text of FAR clauses and provisions incorporated by reference can be found at www.arnet.gov and HSAR clauses at http://farsite.hill.af.mil/VFHSARA.HTM. (xiv) Rating under the Defense Priorities and Allocations System (DPAS) - N/A. (xv) Any requests for additional information or explanations concerning this document must be received no later than 10:00 a.m. Eastern Time (ET) on Tuesday, September 15, 2015. In order to receive responses to questions, Quoters must cite the section, paragraph number, and page number. Quotations are due no later than Friday, September 18, 2015 at 10:00 a.m. ET and must be submitted electronically (via email) to the individuals noted in section "xvi." (xvi) Any requests for additional information or explanations concerning this document must be submitted to Ni'eema Ba'th, Contract Specialist (202) 447-5568 at nieema.bath@hq.dhs.gov and to Ronald Jean-Baptiste, Contracting Officer, (202) 447-5705 at Ronald.Jean-Baptiste@hq.dhs.gov. Attachments: 1) Standard Form 18 - Request for Quotation (to include the Contract Line Item Number) 2) Attachment A - Statement of Work
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-15-Q-00447/listing.html)
 
Place of Performance
Address: To be determined, Washington, District of Columbia, United States
 
Record
SN03882145-W 20150913/150911235517-49aa8618b6f46633eba6efb1db5f5248 (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.