SOLICITATION NOTICE
U -- Law Enforcement Responder Emergency Medical Responder Course - SOW
- Notice Date
- 3/21/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- 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
- HSSS01-16-Q-0088
- Archive Date
- 4/12/2016
- Point of Contact
- Morgan A. Schickler, Phone: 2024069713
- E-Mail Address
-
Morgan.Schickler@usss.dhs.gov
(Morgan.Schickler@usss.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work 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; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, effective July 02, 2015. The North American Industry Classification System code (NAICS) is 61159, Other Technical and Trade Schools. This procurement is an unrestricted soliciation. The Government intends to award a competitive commercial fixed price type contract for law enforcement responder emergency medical Courses. Contract award is intended to be made by 14 April 2016. Award will be made to the offeror who provides the lowest-price technical acceptable quote. Technical acceptability is defined as a quote which meets all the technical requirements specified in the Statement of Work. The resulting contract will be for one year with no option periods. The quote submitted shall include the following: I. Technical a. Resumes for personnel qualifications and to show experience and certifications b. Course formats II. Past Performance: Provide 3 references III. Pricing: Provide a firm fixed price for each class (24 total classes) EVALUATION: Award will be made to the lowest priced technically acceptable offeror. The technical factors are as follows: 1. Certification: The offeror is required to possess certifications as outlined in the Statement of Work. 2. Experience: The offeror shall posses the required experience as outlined in the Statement of Work. 3. Technical Approach: The offer shall provide a technical approach that meets the specific tasks and general stipulation as outlined in the Statement of Work. Past Performance: The Government will conduct a past performance evaluation based upon the relevant past performance of the offeror and any subcontractors as it relates to the probability of successful accomplishment of the work required by the solicitation. The contractor shall submit at least three references for relevant (similar size, scope, complexity) past performance during the past three years. The submission of all references shall include the following information: 1. Contract Number(s) 2. Current contact information (Email, phone, etc.) of point of contact at the Federal, State, Local Government or Commercial entity for which the contract was performed. 3. Dollar value of the Contract. 4. Detailed description of the work performed. 5. Names of subcontract(s) used, if any, and a description of the extent of work performed by the subcontract(s). 6. The number, type and severity of any quality, delivery or cost problems in performing the contract, the corrective action taken and the effectiveness of the correct action. 7. Whether work was performed as a prime- or sub-contractor The Government anticipates awarding on initial offers but reserves the right to conduct discussions if necessary and determined to be in the best interests of the Government. Therefore, the offeror's initial proposal should contain the offeror's best terms from a price and technical standpoint. All written material submitted shall be in 10 point Times New Roman Font, single spaced, and shall have 1" margins left and right. The written copy of the technical quote shall not exceed more than 15 typed pages. By submitting a quote the vendor will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. All questions shall be submitted in a word document and emailed to morgan.schickler@usss.dhs.gov NO LATER THAN MARCH 21, 2016 at 3:00 ET. All proposals shall be submitted in electronic format and emailed to morgan.schickler@usss.dhs.gov NO LATER THAN MARCH 28, 2016 at 3:00 PM EST. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: Clauses Incorporated by Reference 52.204-7 System for Award Management (JUL 2013) 52.204-13 System for Award Management Maintenance (JUL 2013) 52.212-1 Instructions to Offerors - Commercial Items (OCT 2015) 52.212-2 Evaluation-Commercial Items (OCT 2014) 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2016) 52.212-4 Contract Terms and Conditions - Commercial Items (MAY 2015) 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items (MAR 2016) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 3052.209-70 - Prohibition on contracts with corporate expatriates (JUN 2006) USSS-70 "Unauthorized use of Secret Service Name" in accordance with 18 U.S.C. 709, In accordance with 18 U.S.C. 709, any contractor, except with the written permission of the Director of the U.S. Secret Service, who knowingly uses the words "Secret Service", "Secret Service Uniformed Division", "U.S.S.S.", "U.D." or any colorable imitation or such words or initials, in connection with or as a part of any advertisement, circular, book, pamphlet or other publication, play, motion picture, broadcast, telecast, other production, product or item, in a manner reasonably calculated to convey the impression that such advertisement, circular, book, pamphlet or other publication, product, or item, is approved, endorsed, or authorized by or by associated in any manner with, the U.S. Secret Service or the U.S. Secret Service Uniformed Division shall be punishable as follows: a corporation, partnership, business trust, association, or other business entity, by a fine under this title; an officer or member thereof participating or knowingly acquiescing in such violation or any individual violating this section, by a fine under this title or imprisonment for not more than one year, or both.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/HSSS01-16-Q-0088/listing.html)
- Record
- SN04057144-W 20160323/160322000035-327a5024b1fd281f3848e947d92b39a8 (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 |