Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2010 FBO #3065
SOLICITATION NOTICE

Z -- PWS TOMS-COBRATF 4-12-10 NM - PWS

Notice Date
4/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, NETC & Regional Support Section, Office of Acquisition Management, 16825 South Seton Avenue, Emmitsburg, Maryland, 21727, United States
 
ZIP Code
21727
 
Solicitation Number
HSFECD10R0001Amend0001
 
Archive Date
5/7/2010
 
Point of Contact
Gary Patrick Topper, Phone: 301-447-7280, James D. Suerdieck, Phone: 3014477244
 
E-Mail Address
gary.topper@dhs.gov, james.suerdieck@dhs.gov
(gary.topper@dhs.gov, james.suerdieck@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
PWS Amendment A00001 to HSFECD-10-R-0001, Chemical, Ordnance, Biological, Radiological Training Facility (COBRATF) Training Operations and Maintenance Support (TOMS), for the Center for Domestic Preparedness (CDP), Anniston, Alabama. This amendment is to clarify some minor points in the Performance Work Statement (PWS), change the points of contact, change the Official Receipt Point for proposals, and specify 2 delivery locations for proposals. The receipt date and time is unchanged (April 22, 2010 at 2:00pm (local DC area time)). L.5 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Contracting Officer as shown below. Hand-Carried Address: Department of Homeland Security/FEMA NETC, Bldg D, Room 116 16825 South Seton Ave Emmitsburg, MD 21727 Attn: Gary P. Topper Mailing Address: Department of Homeland Security/FEMA NETC, Bldg D, Room 116 16825 South Seton Ave Emmitsburg, MD 21727 Attn: Gary P. Topper Delivery Address (UPS/FEDEX): (This is the preferred method of delivery) Department of Homeland Security/FEMA NETC, Bldg D, Room 116 16825 South Seton Ave Emmitsburg, MD 21727 Attn: Gary P. Topper (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. L.8 PROPOSAL PREPARATION INSTRUCTIONS A. GENERAL INSTRUCTIONS 1. Any resultant contract shall include the general provisions applicable to the selected offeror's organization and type of contract awarded. Any additional clauses required by public law, executive order, or acquisition regulations, in effect at the time of execution of the proposed contract, shall be included. 2. The proposal must be prepared in three (3) parts: a "Technical Proposal", "Business Proposal.", and "Small Business Participation with Subcontracting Plan Proposal". Each of the parts shall be separate and complete in itself so that evaluation of one may be accomplished independently from evaluation of the other. The technical proposal (Volume 1) must not contain reference to cost; however, resource information (such as data concerning labor hours and categories, materials, subcontracts, etc.) must be contained in the technical proposal so that the contractor's understanding of the performance work statement may be evaluated. The three parts shall be organized as follows: Volume 1: Technical Proposal Section 1. Work Plan Section 2. Management Plan Section 3. Staffing Plan & Key Personnel Section 4. Quality Control Section 5. Small Business Participation Plan (To Be Provided in Volume 3). Section 6. Experience Section 7. Past Performance Volume 1, Sections 1 through 4, is limited to 100 single sided total pages. Double sided pages will count against the 100 page limit as two pages for each double sided page. Resumes of proposed key personnel under section 3 and the experience and past performance information required under sections 6 and 7 will not be counted towards the 100 page limitation. Pages submitted in excess of the limitations specified above will not be evaluated by the Government. Volume 2, Business Proposal, shall include: 1) estimated costs, base fee, and award fee for each performance period as set forth in the CLIN structure under Section B.2, Cost/Price Schedule, 2) the work break down structure (WBS) cost elements identified below, 3) completed B.3, Negotiated Indirect Rates, 4) a copy of the offeror's Representations, Certifications, and Other Statements of Offerors (Section K of the solicitation), 5) DCAA's or other federal audit agency's verification that the offeror's accounting system has been audited and determined to be adequate for determining costs applicable to a cost type contract in accordance with FAR 16.301.3(a)(1), 6) evidence of responsibility, 7) letters of commitment (subcontractors), and 8) information to support consent to subcontractors. Volume 2 has no page limit. All of the above business proposal information must be provided to be considered for contract award. Any offeror that does not have audit verification but is certain that its accounting system was determined to be adequate may provide contact information from its cognizant federal audit office. Proposals will be rejected if the offeror does not provide evidence of an adequate accounting system or if FEMA is not able to obtain audit verification. Volume 3, Small Business Participation with Subcontracting Plan Proposal" shall include: 1) Offeror's response to technical evaluation factor Section 5, Small Business Participation with Subcontracting Plan. There is no page limit for Volume 3. Each volume shall be marked with proposal number, title and Offeror's name. Pages shall be numbered. Bookmarks are encouraged. Front matter (title pages, tables of contents, cross-reference matrices, acronym lists, and glossaries) may be provided solely for the purpose of easing evaluation. The typewritten or printed letters shall be no smaller than Courier 12 point or equivalent as the minimum size standard, with no reduction permitted except organization charts or other graphic illustrations; in those instances where reduction is allowable (no smaller than 10 point recommended). Offerors shall ensure that the print is easily readable. Each page shall have not less than one-inch margins on each side of the page. Header/footer information (which does not include any information to be evaluated) may be included in the 1' margin space. Each 8 and 1/2 by 11 inch "sheet" shall count as one page. Foldouts for complete spreadsheets and/or organization charts are permissible up to 11" by 17" and shall count as two pages. 3. Amendments to Proposal - Any changes to a proposal made by the offeror after its initial submittal (i.e., in the final revised proposal) shall be accomplished by replacement pages. Changes from the original page shall be indicated on the outside margin by vertical lines adjacent to the change. The offeror shall include the date of the amendment on the lower right corner of the changed pages. 4. The Government will evaluate proposals in accordance with the evaluation criteria set forth in Section M of the RFP. Failure to respond or follow the instructions regarding the organization and content of the Technical and the Business Proposals may result in the Offeror's proposal being removed from further consideration. B. TECHNICAL PROPOSAL INSTRUCTIONS/CONTENT The following content is required: Section 1 - Work Plan (Volume 1) The work plan shall fully describe the offeror's proposed solution to achieve requirements of the PWS and address the offeror's technical approach and methodology to successfully achieve the requirements of the PWS and QASP. The technical approach shall adequately describe how the offeror will accomplish the requirements of the PWS and QASP in a clear, concise, specific, and convincing manner. The work plan shall be specific, detailed and complete enough to demonstrate the offeror has a thorough understanding of the requirements in the PWS. At a minimum, the offeror shall address the functions and disciplines involved for each objective, skill levels, quantity of resources and methods of operation required for each contract period of performance (phase-in period, base period, and option periods). The plan shall describe the proposed allocation of resources in work breakdown structure format that is consistent with the business proposal (i.e., distribution of staff, types of labor, categories, subcontractors, proposed contractor owned equipment/vehicles, etc.) It shall include a complete list of vehicles and major equipment (over $1,000) which the offeror proposes to utilize in the performance of this contract. The work plan shall include a phase-in plan that fully describes how the offeror will assume full performance of the contract in a timely, efficient and cost effective manner. The phase-in plan shall include a discussion on how the offeror will assume work-in-process, obtain all needed training, implement the work order tracking system, and assume full responsibility of all PWS requirements by the end of the phase-in period. Section 2 - Management Plan (Volume 1) The management plan shall demonstrate the offeror's ability to direct and control the operation of this requirement both programmatically and on a daily basis in an efficient and cost effective manner. It shall also address how the offeror will manage risks (including both identifying and mitigating risks). The management plan shall include copies of current organizational chart(s) and lines of authority and supervision pursuant to management of this effort. Corporate management systems shall be described, indicating how this contract will fit into the organization's overall business plan and the extent of corporate support, involvement and oversight. The management plan shall address schedule controls, project cost accounting and tracking, and management of multiple work order assignments. The plan shall describe how the work orders will be managed to ensure they are efficiently processed in a timely manner. The plan shall include a detailed discussion on how any subcontracted work will be managed and integrated to ensure efficient and effective services are provided. Section 3 - Staffing Plan and Key Personnel (Volume 1) The staffing plan shall include a detailed description on how the offeror will staff the contract in order to successfully meet all requirements of the PWS. The description shall address both "key personnel" and other than key personnel. The staffing plan shall include a description on how the offeror will recruit, retain, train, supervise, and coordinate its staff. The plan shall describe the proposed labor mix for each work breakdown structure element and demonstrate that the proposed staff will have the necessary skills and expertise necessary for successful contract performance. The staffing plan shall indicate the percentage of employees from the incumbent contractor(s) whom the offeror expects to retain as well as policies and procedures for establishing salaries or wages for any retained incumbent contractor employees and any eligibility and vesting requirements relative to fringe benefits (e.g., vacation, medical, insurance, sick leave and retirement). The offeror shall identify and present resumes of key personnel who will be assigned to this contract and the rationale for positions designated as key (i.e., why the offeror determined the position(s) to be key). The offeror shall demonstrate that the proposed key personnel have an understanding of the program scope and objectives as well as relevant experience. The offeror shall demonstrate an understanding of the importance of assigning experienced, key personnel in the completion of the contract. The offeror shall provided resumes for all proposed key personnel. Letters of commitment shall be provided for key personnel that are not currently employees of the offeror or its proposed subcontractors. Resumes shall be limited to 3 pages each. Section 4 - Quality Control Plan (Volume 1) The quality control plan shall demonstrate the offeror's ability to propose and execute a quality control plan, whereby the contractor manages and monitors the process and takes the appropriate corrective action to correct performance to meet program objectives. The quality control plan shall discuss the offeror's policies and procedures to ensure compliance with the contract requirements and its methods of documenting and enforcing quality control procedures of both the prime contractor and subcontractors. Section 5 - Small Business Participation (Please note -- Volume 3) This section shall describe the offeror's subcontracting plan, it's participation in the DHS Mentor- Protégé Program, and it's proposed participation in the Small Disadvantaged Business (SDB) Program. The proposed subcontracting plan shall be provided as an attachment to the technical proposal. The offeror shall provide it's proposed approach to subcontracting, including providing subcontracting opportunities for small, small disadvantaged, women-owned, service-disabled veteran-owned, veteran-owned, and HUBZone small businesses. The offeror shall describe its participation in the DHS Mentor-Protégé Program and provide signed letters of mentor-protégé agreement approval from the DHS OSDBU. The offeror shall propose SDB participation targets and demonstration how targets will be met. Section 6 - Experience (Volume 1) The offeror shall describe its experience on similar and/or relevant projects and endeavors. The offeror shall provide the information listed below for prime contracts or subcontracts under which it performed work similar in nature and complexity to the subject requirement. This information may include the experience of predecessor companies, major subcontractor, or proposed key personnel. A. Contracting Agency (Company), address and phone number. B. Contract number and type of contract. C. Date of contract, period of performance, and place of performance. D. Address and phone number of contracting and technical officers. E. Size of contract (average number full time equivalents provided per year) and dollar value. F. Brief description of contract work and responsibilities. G. Applicability of subcontracting plans. H. Indicate comparability of each project to the immediate one. It is not sufficient to merely state that a project is comparable in magnitude and scope. Rationale must be provided to convince the Government that a project is indeed similar. The Government will consider the above information, as well as information obtained from any other sources, when evaluating the offeror's experience. The Government will not restrict its consideration to the information provided in the proposal and may consider any other available information. In determining the rating for experience the Government will give greater consideration to the experience which is most relevant to the solicitation. The evaluation of experience will focus on the relevance, complexity, and scope of the noted experience. The offeror will not be evaluated either favorably or unfavorably if it lacks relevant experience. Section 7 - Past Performance (Volume 1) The offeror shall submit at least three (each) Past Performance Questionnaires (provided under Section J, Attachment 31) of past experience summaries for itself and any major subcontractor(s). The submitted past performance experiences shall be of contractual work that is similar to the requirements set forth in this solicitation. If the offeror has no relevant corporate or organizational past performance, the offeror may substitute past performance of a predecessor company or of the offeror's proposed key personnel who have relevant experience. Offerors shall provide a list of any contracts terminated for convenience or terminated for default within the last three years. Also list any contracts for which the customer did not exercise an option to continue the contract within the last three years with an explanation as to why the option was not exercised. Past experience summaries shall be for projects completed in the last five years or currently in process, which are of similar size, scope, complexity, or, in any way, are relevant to the effort required by this solicitation. Contracts listed may include those entered into by the Federal Government, agencies of State and local governments, and commercial customers. Contracts with the parent or an affiliate of the offeror may not be used. The following information shall be provided for each referenced contract (in addition to the past performance questionnaires): a. Administrative Data 1. Program title or product name 2. Contract number 3. Contract type b. Relevance 1. Brief synopsis of work performed 2. Brief discussion of how the work performed is relevant to this solicitation 3. Contract Value c. Compliance with subcontracting plans. d. Information on problems encountered on each contract and corrective actions taken to resolve those problems. 3. Experience gained on these projects that will be made available to accomplish the required services. The Past Performance Questionnaire once completed by the references shall be returned to the offeror in sealed envelopes, signed and taped across the seal. The offeror shall forward the unopened envelopes with their proposal. If the offeror submits questionnaires that are not in sealed envelopes, signed and taped across the seal, the Government reserves the right not to consider the information contained in the questionnaires. The offeror shall provide description how well it performed under each contract described under experience and provide the information listed below. A. A self-assessment for each project described under its experience describing whether performance was satisfactory to the customer, the project was completed on schedule, the project was completed within budget, cooperation and responsiveness to clients and successor contractors, and the overall quality of the work performed. This may include a discussion of noteworthy successes, accomplishments, awards or commendations achieved during the referenced effort. B. A current point of contact (name and phone number) for each job described under experience for the purposes of a reference. C. Disclosure of any contract(s) or order(s) terminated for cause or default or in which a cure notice was received in the past three years. Also list any contracts for which the customer did not exercise an option to continue the contract within the last three years. Offerors shall provide a narrative describing the circumstances of the termination, cure notice, or failure to have an option exercised. Such narrative shall include a summary of any corrective action taken to resolve or correct the situation or describing any extenuating circumstances. The Government will consider the above information, as well as information obtained from any other sources, when evaluating the offeror's past performance. The Government will not restrict its consideration to the information provided in the solicitation and may consider any other available information. In determining the rating for past performance the Government will give greater consideration to successful past performance that is the most relevant to the solicitation. The evaluation of past performance will focus on how well the offeror completed work performed under its experience. The offeror will not be evaluated either favorably or unfavorably if it lacks relevant past performance. C. BUSINESS PROPOSAL INSTRUCTIONS (Volume 2) 1. Section B.2, Schedule of Line Items - The offeror shall propose estimated cost and fee (base and award) for each CLIN set forth in B.2. The proposed estimated cost shall be based on the requirements of the PWS and the workload data provided under Section J, Attachments 25. 2. The offeror shall submit estimated cost information (budget) for the contract phase-in and base period as well as each option period. The summary budget must reflect summary cost information in a work breakdown structure (WBS) formatted to correspond with each task set forth in the PWS for: 1) each performance period and 2) aggregate amounts for the entire contract (inclusive of options) for each cost element listed in paragraphs (a) through (e) below. The following WBS elements shall be used for business proposal preparation: All proposed costs shall be allocated to the appropriate WBS element. WBS Element 1 - Janitorial Services WBS Element 2 - Chemical Hygiene/Safety WBS Element 3 - Chemical Laboratory Operation WBS Element 4 - Training Operation and Maintenance Support The offeror must submit a detailed budget narrative that supports each proposed cost element item. The budget narrative shall describe the nature of individual cost items proposed and include a description of the source of that particular cost estimate (historical experience with the cost item, catalogue price, vendor price quotes, etc.). Narratives for the individual cost items must provide a discussion of any estimated escalation rates where applicable. Proposed phase-in costs shall be clearly defined and broken down by direct labor cost by labor category including number of hours and actual hourly rates. Direct labor or levels of effort shall be identified as labor hours and not as percentage of an individual's time. Overhead, General and Administrative expenses and available fee for phase-in shall also be shown. All estimated costs associated with the phase-in (excluding proposed fee) shall be included on CLIN 0001. Equipment, supplies, and material costs necessary for full contract performance are not to be included in the Phase-in CLIN even if the offeror incurs start-up costs for such items during the phase-in period. These expenses shall be included under CLINS 0004 though 0009 (Base Period) as deemed necessary by the offeror. The following is the minimum information required in the budget and budget narrative for: 1) each performance period and 2) aggregate amounts for the entire contract (inclusive of options) for each cost element listed below. a. Direct Labor - Breakdown of direct labor cost by labor category including number of labor hours and current actual or average hourly rates. Indicate whether current rates or escalated rates are used. If escalation is included, state the degree (percent), effective date, and methodology. Direct labor or levels of effort are to be identified as labor hours and not as percentage of an individual's time. This will be the person's productive labor hours (estimated number of hours on the project). Vacations, holidays, sick leave, and any other paid absences should be cited as a fringe benefit rate or the offeror should indicate that those costs are included in the indirect cost rate. b. Overhead and General, Administrative Expenses, and other indirect costs: Offerors lacking Government approved indirect cost rates must provide detailed background data indicating the cost elements included in the applicable pool and a statement that such treatment is in accordance with the established accounting practice. Offerors with established rate agreements with Federal cognizant agencies shall submit one copy of such agreement. c. Other Direct Costs (ODC's): Include in this category only those direct costs which you can support as direct costs. Costs that are frequently charged as direct are computer costs, printing, rental of equipment, etc. Describe each cost giving details such as number of months for telephone costs; number of copies and costs per copy for reproduction costs, type of printing, and number of copies. ODC's shall include the plug-in numbers listed below for total estimated bus rental/charter, equipment replacement and consumable supply costs (these amounts represent the aggregate estimated costs for these items per month). All other proposed ODC's shall be itemized to the maximum extent possible. The following "plug-in" numbers shall be used for the purpose of proposal preparation for estimated travel and non-expendable equipment costs. Please note that the Government estimate, plug-in numbers only include the estimated cost for these specific costs. This estimate does "not" include any other potential ODC's such as subcontracts that may be needed for contract performance. The cost proposal shall include the plug-in numbers listed below and other proposed ODC's shall be itemized to the maximum extent possible. The amounts provided below are only estimates and actual cost may vary. An escalation factor may be considered on the below plug-in numbers in the Option Years. CLIN Non-Expendables Equipment Cost 0001 $80,000 0002 $ 0 0003 $ 0 0004, 1001, 2001, 3001, 4001 $ 31,050 0005, 1002, 2002, 3002, 4002 $ 0 0006, 1003, 2003, 3003, 4003 $31,050 0007, 1004, 2004, 3004, 4004 $ 270,000 0008, 1005, 2005, 3005, 4005 $ 0 0009, 1006, 2006, 3006, 4006 $ 0 d. Subcontractors: If proposed, cost information for each subcontractor shall be furnished in the same format and level of detail as prescribed for the prime offeror. Additionally, the offeror shall submit the following information: (1) a description of the items to be furnished by the subcontractor, (2) identification of the proposed subcontractor and an explanation of why and how the proposed subcontractor was selected including the extent of how competition was obtained; (3) the proposed subcontract price, together with the offeror's cost or price analysis thereof, and performance and delivery schedule; and (4) proposed subcontract type. e. Base Fee and Award Fee. Base Fee and Award shall be proposed in accordance with FAR 16.305. The proposed Base Fee and Award Fee must be justified. Profit analysis factors are discussed in FAR15.404-4(d); this may be used as a guideline for the justification. The proposed fee shall be allocated between base and award fee to encourage excellent performance. 3. Completed Section B.3, Negotiated Indirect Rates. Shall be completed and provided with the proposal. 4. Representations, Certifications, and Other Statements of Offerors (Section K of Part IV). This shall be completed and submitted as part of the Business Proposal. 5. The business proposal shall also include DCAA's or other federal audit agency's verification that the offeror's accounting system has been audited and determined to be adequate for determining costs applicable to a cost type contract in accordance with FAR 16.301.3(a)(1) to be considered for contract award. Any offeror that does not have audit verification but is certain that its accounting system was determined to be adequate may provide contact information from its cognizant federal audit office. Proposals will be rejected if the offeror does not provide evidence of an adequate accounting system or if FEMA is not able to obtain audit verification. 6. Evidence of Responsibility The offeror must submit sufficient evidence of responsibility for the Contracting Officer to make an affirmative determination of responsibility pursuant to the requirements of FAR Subsection 9.104-1. However, in the case of a small business offeror, the Contracting Officer will comply with FAR 19.6. Accordingly, prime offerors should seriously address each element of responsibility. To be determined responsible, a prospective contractor must: a. Have adequate resources, including financial, facilities, equipment and personnel, to perform the contract, or the ability to obtain them (see FAR 9.104-3(a)); b. Be able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental commitments; c. Have a satisfactory performance record (See FAR 9.104-3(b) and Subpart 42.15). A prospective contractor shall not be determined responsible or non-responsible solely on the basis of a lack of relevant performance history, except as provided in FAR 9.104-2; d. Have a satisfactory record of integrity and business ethics; e. Have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors). (See FAR 9.104-3(a)); f. Have the necessary production, construction, and technical equipment and facilities, or the ability to obtain them (See FAR 9.104- 3(a)); and g. Be otherwise qualified and eligible to receive an award under applicable laws and regulations (e.g., Equal Opportunity, Clean Air and Water, Small Business Subcontracting, etc.). 7. Letters of Commitment (Subcontractors) The Business Proposal shall include a letter, on subcontractor letterhead, and signed by an authorized representative of each subcontractor, which specifically indicates the subcontractor's agreement to be included in the offeror's proposed teaming arrangement. 8. Information to Support Consent to Subcontractors The offeror must address each of the elements in FAR 44.202-2 in order for proposed subcontractors to be considered by the contracting officer for consent of subcontractors to be granted with the initial award. D. ORAL COMMUNICATIONS 1. All communications in reference to this solicitation should be directed to Mr. James Suerdieck, Contract Specialist, who may be contacted by email at james.suerdieck@dhs.gov or by fax at (301) 447-1092. Telephone inquiries will not be accepted. 2. Offerors must submit all technical questions concerning this solicitation in writing to the contracting officer. All questions must be submitted no later than April 6, 2010, 1:00 p.m. (Central Time) ( this is unchanged - no questions are anticipated as this is only clarifying information ). Answers to all relevant and appropriate questions will be posted as an amendment to the solicitation. In the event multiple questions address the same issue, the Government reserves the right to answer a representative question that best exemplifies the issue. E. PROPOSAL SUBMISSION •1. Proposals shall be submitted to two separate delivery locations as follows: •a. Original Technical Proposal (volume 1), Original and 4 copies of the Business Proposal (volume 2), and the Original of the Subcontracting Participation and Plan (volume 3) shall be submitted in three separate parts to the Issuing Office (see address below). In addition, 1 Compact Disk (CD) with all information contained in the Technical Proposal shall be submitted, 1 CD with all information contained in the Business Proposal (excluding the past performance questionnaires) shall be submitted, and 1 CD with all information contained in the Small Business Participation Plan shall be submitted for a total of 3 CD's. •b. 8 copies of the Technical Proposal (volume 1), and 8 copies of the Subcontracting Participation Plan (volume 3) shall be submitted in two separate parts to the Technical Evaluation Team (see address below). In addition, 4 Compact Disks (CD's) with all information contained in the Technical Proposal shall be submitted, and 4 CD's with all information contained in the Small Business Participation Plan shall be submitted for a total of 8 CD's. [1 additional hard copy and CD version of the business proposal shall be submitted to the offeror's cognizant DCAA or federal audit agency's office.] The proposal packages (volumes 1 through 3) shall be enclosed in a sealed envelope and addressed separately to the Issuing Office and Technical Evaluation Team as specified in paragraph 2 below for receipt of proposals. The proposal shall show the hour and date specified in the solicitation for receipt, the solicitation number, and the name and address of the offeror on the face of the envelope. The electronic copies of the Business Proposal CD's must be submitted in a PC compatible file format and must be readable by Microsoft Office. The electronic copy of the cost proposal worksheets must be in Microsoft Office Excel 2003 or later version and must contain all cell formulas. 2. Your Original proposal must be submitted not later than 2:00 p.m. (Eastern Time) on April 22, 2010 at the issuing office. The issuing office and place designated for receipt of proposals is: a. Original proposal (volumes 1 through 3) to Issuing Office by Hand delivery of the contractor, U.S. Postal System, or Commercial Carrier (i.e. FedEx, UPS, etc.): THIS IS THE OFFICIAL RECEIPT POINT: Department of Homeland Security/FEMA NETC, Bldg D, Room 116 16825 South Seton Ave Emmitsburg, MD 21727 Attn: Gary P. Topper b. Copies of proposal (volumes 1 and 3 only) to Technical Evaluation Team : Hand delivery by the contractor: Department of Homeland Security/FEMA Center for Domestic Preparedness 61 Responder Drive Anniston, AL 36205 ATTN: Neal W. Morrison Delivery by U.S. Postal System: Department of Homeland Security/FEMA Center for Domestic Preparedness P.O. Box 5100 Anniston, AL 36205-0100 ATTN: Neal W. Morrison Delivery by Commercial Carrier (i.e. FedEx, UPS, DHS, etc.): Department of Homeland Security/FEMA Center for Domestic Preparedness 40 Twill Lane Anniston, AL 36205 ATTN: Neal W. Morrison 3. Marking on Technical, Business, and Subcontracting Plan Envelopes: To ensure that your Original Proposal arrives at the proper place on time, and to prevent opening by unauthorized individuals, the proposal must also be identified on the envelope or wrapper as follows: Proposal Submitted in Response to RFP: HSFECD-10-R-0001 Contracting Officer: Gary P. Topper Due Date: April 22, 2010 ; 2:00 p.m. (Eastern Time) F. PROPOSAL DELIVERY INSTRUCTIONS 1. Mailroom Procedure: The proposal must be properly identified on the face of the envelope as set forth above in order to ensure that the date and time of receipt is stamped on the face of the proposal envelope since the Agency mailroom receiving procedures are: (a) date and time stamp those envelopes identified as proposals and deliver them as soon as possible to the appropriate procuring activity, and (b) only date stamp those envelopes which do not contain identification of the contents and deliver them to the appropriate procuring activity through the routine mail delivery procedures. If the above is followed, proper consideration can be given to proposals. 2. Hand Deliveries to the Above Address: If your proposal is hand delivered, adequate time should be allowed to provide identification to the FEMA guard service, obtain clearance to enter the facility, obtain a visitor pass from the guard, find parking, locate the appropriate building and room, and submit the proposal by the time specified in the solicitation. ATTACHMENT 1 - PERFORMANCE WORK STATEMENT (SEE SEPARATELY ATTACHED DOCUMENT)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/NETC/HSFECD10R0001Amend0001/listing.html)
 
Place of Performance
Address: Center for Domestic Preparedness, Anniston, Alabama, Anniston, Alabama, 36205, United States
Zip Code: 36205
 
Record
SN02121542-W 20100416/100414234905-07b1dee2632f9a8e6c21bee8d4f8c3f5 (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  © 1994-2020, Loren Data Corp.