SOLICITATION NOTICE
23 -- Armor Integration - Design/Engineer and Produce - Past Performance Questionnaire
- Notice Date
- 6/28/2016
- Notice Type
- Combined Synopsis/Solicitation
- 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
- HSSS01-16-R-0033
- Point of Contact
- Danielle M. Donaldson, Phone: (202) 406-6812
- E-Mail Address
-
danielle.donaldson@usss.dhs.gov
(danielle.donaldson@usss.dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Past Performance Questionnaire The Government intends to award a competitive firm fixed priced type contract for development of a design for the integration of specific armor materials, installation of operational equipment, and inclusion of other items, into the Chevrolet HD Suburban in accordance with government provided specifications. This solicitation will incorporate the fabrication of a prototype vehicle and include options for providing base vehicles and fabricating additional test vehicles. The Government anticipates awarding a competitive commercial firm-fixed price contract with a period of performance of a Base Year with two (2) one (1) year options. This contract will be classified SECRET. Contract award is projected for 30 September 2016. Award will be made based on best value/trade off to the government. This solicitation is total small business set-aside. The North American Industry Classification System (NAICS) is 336211 and the small business size standard is 1,000 employees. Technical Evaluations will be performed in two phases, as follows: In Phase I of this solicitation, all interested offerors shall submit general business information, capabilities statement, past performance and their DSS Cage Code to the Government demonstrating that they are capable of meeting the security requirements listed below. Only offerors that meet these clearance requirements and provide an acceptable capability statement will be provided with the classified statement of work. If the offeror satisfies Phase I requirements, the offeror may obtain the classified statement of work and the Phase II solicitation. The offeror's Phase II proposal shall include detailed technical and price information. The offerors that provide documentation showing that they meet all evaluation factors under Phase I will proceed to Phase II. The Phase I evaluation factors for this submission are the following: Factor I: General Business Information/Representations and Certifications Please provide the following information: 1. Name, title, telephone number, fax number, and email address of the point of contact. 2. Offeror's official company name and nine-digit DUNS. The DUNS is used to verify that the vendor is in System For Award Management (SAM). By submitting a proposal, the Offeror acknowledges the Government requirement to be registered in the SAM database prior to award of any contract. Information about SAM may be found at: http://www.governmentcontractregistration.com. Registration can all be accomplished by dialing 1-800-985-7658 for System for Award Management (SAM) Registration (formerly CCR Registration & ORCA certification). 3. Nine-digit TIN. The Taxpayer Identification Number is necessary for electronic payment. 4. CAGE Code. 5. 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. Factor II: Technical Capabilities Statement: The offeror shall provide a capability statement based on the objective stated (armor integration design and armored vehicle production) demonstrating knowledge, experience, and resources to perform the required activities. The capability statement shall not exceed 10 typed pages. Experience with law enforcement agencies is highly preferred. Factor III: Past Performance Past Performance will be evaluated for purposes of ensuring that the contractor can perform this contract. If an offeror is rated as “high risk” for past performance, the offeror will be eliminated from the competitive range as that offeror will not be technically acceptable. Each performance risk assessment of the areas listed above will consider the quantity and severity of problems, the effectiveness of corrective actions taken and the overall work record. The offeror shall also provide their past achievements, awards, and experience with other government agencies providing like programs, and how many years’ experience in similar programs. Problems not addressed by the offeror will be considered to still exist. However, the degree to which the offeror can demonstrate that it has successfully provided program support will be given a higher rating. Under this factor, the USSS will evaluate how well an offeror performed similar work with other government agencies or companies. The assessment of performance risk is not intended to be an analysis of an offeror’s performance on a list of contracts, but rather the product of subjective judgment of the evaluators after it considers all available, relevant and recent information. 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 RFP. The contractor shall submit at least three references for past performance. The contractor shall also provide at least three past performance references for any proposed subcontractors that will perform significant portions of the effort. The government reserves the right to pull relevant past performance information from PPIRS for evaluating past performance. The Offeror will be required to submit the following information, in regards to past performance for at least three (3) references: Name of Company/Agency Point of Contacts from the company/agency with telephone numbers and email addresses Address of Company/Agency Contract Number Dollar Amount Brief description of work performed Period of Performance NOTICE: Past Performance questionnaire (Attachment 1) is to be provided to the contract specialist NO LATER than the closing date for Phase I of the solicitation. It is the offerors responsibility to ensure that these documents are forwarded to contract specialist, Danielle Donaldson by email: Danielle.donaldson@usss.dhs.gov. Factor IV: Security Clearance The offeror shall possess a DSS issued Secret Facility Clearance (FCL), or a DSS issued Interim Secret FCL, with Secret Safeguarding approval. If the offeror does not possess these clearance requirements, they will not be provided the classified statement of work, until these clearance requirements are obtained and verified by the government. An offeror that does not possess the appropriate FCL, but meets all Technical requirements for Step I, may be sponsored for an FCL at the government's discretion. An Automated Information System (AIS) accredited by DSS to process classified information up to the Secret level will be required for contract performance. In addition, the offeror will be required to have a DSS approved Secret closed area with the capacity to allow for the required personnel to manage, assemble and hold a minimum of 2 completed vehicles classified at the Secret level. Portions of the project have a NOFORN caveat requirement. As such, offerors will be limited to domestic companies with an appropriate workforce to perform the required activities. The offeror shall list in detail their security clearances (i.e. facility, storage, AIS, and the level of security clearance for personnel). Offerors shall pass all four factors in Phase I in order to proceed to Phase II. NOTE: Only offerors that meet these clearance requirements and provide an acceptable capability statement will be provided with the classified Statement of Objectives. Phase II: All offerors that met the factors in Phase I will receive the Statement of Objectives and proceed to Phase II: Factor I Technical Subfactors: 1. Design and Engineering Approach 2. Production Approach 3. Key personnel Factor II Pricing ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ Factor I: Technical Factor, weighted higher: The Design/Engineering and Production Approach sub-factors are of more importance than Key Personnel: A. Design and Engineering Approach: The offeror shall provide their technical development plan to meet requirements of the Government statement of objectives. Offeror shall provide a technical overview of the proposed armor integration approach to ensure SOO requirements are met, along with detailing the offeror’s experience in performing such activities. Offerors will be evaluated on the technical approach and timing in meeting or exceeding the specifications. A higher rating will be given to best technical approach that meets or exceeds the Government protection and vehicle operational specifications. B. Production Approach: The offeror shall provide details of production capabilities, experience, and fabrication plan to meet the requirements of the Government statement of objectives. Offerors will be evaluated on production capability, experience, and proposed timing in meeting or exceeding specification requirements. A higher rating will be given to the technical approach that provides the best assurance of timely product delivery and demonstrates a high likelihood of producing an armored vehicle representative of the developed integration design and in compliance with the SOO. C. Key Personnel: The offeror shall provide brief resumes for all key personnel. Key personnel are required to have a Secret Clearance. Anticipated Key Personnel are contractor’s program manager/principal investigator and other technical experts. Resumes will be evaluated based on work experience with developing, designing, integrating, evaluating, and producing armored vehicles, with emphasis placed on experience in civilian passenger armored vehicles. Factor II: Pricing Proposed pricing will be evaluated for reasonableness. Each offeror’s price proposal will be evaluated to determine if it is consistent with the offeror’s technical approach and reflects a clear understanding of the solicitation requirements. Inconsistencies between the Technical and Price proposals may be assessed as proposal risk under the Technical evaluation. The offeror shall provide a price break down to design and produce one (1) vehicle. Additionally the contractor shall provide the total price of the entire requirement with a price breakdown that includes labor, material, profit, overhead, and any other price factors. Design/Engineering and Production Approach sub-factors under technical are of equal importance, and more importance than Key Personnel. Technical is more important than Past Performance. When combined, the non-price factors are of greater importance than price. The award will be made to the responsible Offeror whose proposal is determined to best meet the needs of the Government after consideration of all factors, that is, the proposal that provides the best value to the Government. Best value is defined as the offer that results in the most advantageous acquisition decision for the Government as determined by an integrated assessment and trade-off analysis among non-price and price factors. The Government may award any resulting contract to other than the lowest priced Offeror, or other than the Offeror with the highest non-price rating if the determination is made that that is the best value. The Phase II proposal submitted shall include the following: I. Technical 1. Design and Engineering Approach 2. Production Approach 3. Key personnel II. Pricing (Excel format preferred) III. Financial Statements or any documentation to prove financial capability and responsibility for example Company’s Financial Statement which includes Balance Sheet and Income Statement; and Point of contact from their bank or any financial institution with which they transact business OR a memo documenting financial responsiblity IV. Completed SF 1449 which includes filling in all clauses that are required to be filled by the Offeror (FAR 52.212-3 and FAR 52.219-1) V. DUNS # and Cage Code, TIN#, Bank information (name, address, account #, savings or checking, routing #) VI. Information for “information other than cost and pricing data” under FAR Clause 52.215-20 VII. Scheduling: The offeror shall provide a schedule/timeline showing the work breakdown structure for the full contract performance period (award to completion). The schedule shall list estimated timing to produce each vehicle for final delivery Submission Date for Phase 1: Offerors shall email their Phase I submissions by no later than July 8, 2016 at 1000 hours (Eastern). Offerors will be notified of Phase I results by approximately July 18, 2016. Release Date for Phase II: The solicitation is expected to be released by July 26, 2016 2016. The Phase II proposal is expected to be due August 29, 2016 @ 1000 hours. (Eastern) The preceding information must be submitted to Contract Specialist Danielle Donaldson via email to danielle.donaldson@usss.dhs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/HSSS01-16-R-0033/listing.html)
- Place of Performance
- Address: 245 Murray Lane, SW, Washington, District of Columbia, 20223, United States
- Zip Code: 20223
- Zip Code: 20223
- Record
- SN04164654-W 20160630/160628234955-720896851c26a214d20c8b8c80ad53ef (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 |