Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 21, 2010 FBO #3253
SOLICITATION NOTICE

J -- Elevator Maintenance - Attachments

Notice Date
10/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
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
 
ZIP Code
20223
 
Solicitation Number
RFQ246624
 
Archive Date
12/4/2010
 
Point of Contact
Neil Clark Lanzendorf, Phone: 2024066657, Cheryl A Bernhard, Phone: (202) 406-6826
 
E-Mail Address
Neil.Lanzendorf@associates.usss.dhs.gov, cheryl.bernhard@usss.dhs.gov
(Neil.Lanzendorf@associates.usss.dhs.gov, cheryl.bernhard@usss.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Contractor Access Form Department of Labor Wage Determination ALL WORK MUST BE ACCOMPLISHED IN ACCORDANCE WITH THE ATTACHED STATEMENT OF OBJECTIVES This is a combined synopsis/solicitation for commercial services 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. Synopsis/solicitation number RFQ246624 is issued as a Request for Quote (RFQ) through Federal Acquisition Circular 05-37. This requirement is 100% set-aside for small business concerns. The North American Industry Classification System (NAICS) is 238290. Services shall begin upon award and end September 30, 2011 with four (4) option years. The Government intends to award a Fixed Price/Time and Material (FP/T&M) competitive commercial purchase order for the US Secret Service. 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. This office will not issue hard copy solicitations. 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. This Solicitation is comprised of: I. CONTRACT LINE ITEM (CLIN) SPECIFICATIONS II. FORMAT AND SUBMISSION OF PROPOSAL III. EVALUATION FACTORS IV. PROVISIONS AND CLAUSES V. ADDITIONAL INFORMATION FOR OFFERORS VI. ATTACHMENTS ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ I. CONTRACT LINE ITEM (CLIN) SPECIFICATIONS CLIN 0001 : Provide a fixed price monthly unit cost, per session, for the Preventive Maintenance of four (4) elevators and associated equipment for a total of twelve (12) months. See statement of objectives for more details including list of mandatory inspection items and tasks. Period of Performance date of award through 09/30/2011 All work shall be accomplished in accordance with the Statement of Objectives CLIN0002 : Time and Material Emergency Repair Service Call during normal working hours: Monday through Friday between 8:00 am and 5:00 pm. Estimated at five (5) service calls per annum at an estimated 2 hours per call. *Provide hourly wage for one hour of work *The Contractor shall respond to emergency service calls within four (4) hours of the initial call. Deviations from this practice may occur only with the mutual agreement of the USSS and the contractor. Period of Performance Date of award through 09/30/2011 All work shall be accomplished in accordance with the Statement of Objectives CLIN0003 : Time and Material Emergency Repair Service calls during after-business hours: Monday through Friday prior to 8:00 am and after 5:00 pm. Estimated at two (2) service calls per annum at an estimated 2 hours per call. * Provide hourly wage for one hour of work *The Contractor shall respond to emergency service calls within four (4) hours of the initial call. Deviations from this practice may occur only with the mutual agreement of the USSS and the contractor. Period of Performance Date of award through 09/30/2011 All work shall be accomplished in accordance with the Statement of Objectives CLIN004 : Time and Material Emergency Repair Service calls on Sunday and/or Federal Holidays. Estimated at one (1) service call per annum at an estimated 2 hours per call. * Provide hourly wage for one hour of work *The Contractor shall respond to emergency service calls within four (4) hours of the initial call. Deviations from this practice may occur only with the mutual agreement of the USSS and the contractor. Period of Performance Date of Award through 09/30/2011 All work shall be accomplished in accordance with the Statement of Objectives ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ II. FORMAT AND SUBMISSION OF PROPOSAL Part A: Pricing Part B: General Business Information/Representations and Certifications Part C: Technical Proposal Part D: Past Performance Part A. Pricing- The offeror must submit unit and total prices for all CLINS (0001-0004 ) for the base year and all 4 (four) option periods. Part B. The Offeror shall provide: 1) Name, title, telephone number, fax number, and email address of the point of contact. 2) Nine-digit DUNS. The DUNS is used to verify that the vendor is in CCR. By submitting a proposal, the Offeror acknowledges the Government requirement to be in the Central Contractor Registration (CCR) database prior to award of any contract. Information about CCR may be found at www.ccr.gov. 3) Nine-digit TIN. The Taxpayer Identification Number is necessary for electronic payment. 4) 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. Part C. The offeror must submit a Statement of Work against the provided Statement of Objectives. This Performance Based Statement of Work must contain a detailed description of the operation/project plan describing how the offeror proposes to meet the requirements in the Statement of Objectives. The proposal shall contain the vendor's approach in performing the tasks at hand with accomplished personnel who will understand the requirements and possess the experience to successfully provide the support necessary to deliver satisfactory deliverables. Upon review of the offeror's technical proposal, the USSS will assign the following ratings based on the offerors submission: Excellent is defined as "meeting the requirements for the factor and offeroring significant advantages to the Government." Very Good is defined as "meeting the requirements for the factor and offeroring advantages to the Government." Satisfactory is defined as "meeting the requirements for the factor without weaknesses". Marginal is defined as "meeting the requirements with some weaknesses that could be corrected through discussions" Unacceptable is defined as "failing to meet the requirements for the factor". Part D The offeror must submit past performance information from at least three (3) references. Past performance submissions must be from contracts similar in scope, price and must be within the past 3 (three) years. Past performance information MUST include the following: •1. Name of Company/Agency •2. Two (2) Points of Contacts from the company/agency with telephone numbers and email addresses •3. Address of Company/Agency •4. Contract Number •5. Dollar Amount •6. Brief description of work performed •7. Period of Performance The deadline for receipt of proposals is November 19, 2010 at 5:00 PM EST. All documents required for submission of quote must be sent to Clark Lanzendorf via email to Neil.Lanzendorf@associates.usss.dhs.gov. Hard copy or faxed proposals shall not be accepted. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ III. EVALUATION FACTORS The Government will award a fixed price/time & material purchase order resulting from this solicitation to the responsible offeror whose offer provides the best value to the United States Government. Non-price factors, such as technical approach and past performance, when combined are significantly more important than price/cost factors. Current/Past performance is more important than technical approach. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ IV. PROVISIONS AND CLAUSES FAR contract clauses may be accessed electronically at this address: Federal Acquisition Regulation (FAR): www.acquisition.gov/far FAR 52.204-7 Central Contractor Registration FAR 52.212-1 Instructions to Offerors--Commercial Items FAR 52.212-2 Evaluation--Commercial Items. Award will be based on: (1) technical acceptability, (2) past performance, and (3) price. FAR 52.212-3 Offerors Representations and Certifications--Commercial Items FAR 52-212-4 Contract Terms and Conditions--Commercial Items FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items. Under (b) the following clauses are applicable: FAR 52.219-6 Notice of Total Small Business Set-Aside, 52.219-28, Post Award Small Business Program Rerepresentation, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies, FAR 222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.232-33 Payment by Electronic Funds Transfer - Other than Central Contractor Registration, 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.225-4, Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate 3052.209-70 Prohibition on Contracts with Corporate Expatriates 52.232-19 Availability of Funds for the Next Fiscal Year FAR 52.252-2 Clauses Incorporated by Reference HSAR contract clauses may be accessed electronically at this address: Homeland Security Acquisition Regulation (HSAR): http://www.dhs.gov/xopnbiz/regulations/ 3052.209-70 Prohibition on Contracts with Corporate Expatriates. 3052.204-90 Unauthorized Use of the U.S. Secret Service Name ~~~~~~~~~~~~~~~~~~~~~~~~~~~~ V. ADDITIONAL INFORMATION FOR OFFERORS Site Visit: A pre-proposal site visit will be held Thursday November 4, at 10:00 AM EST. Contractors must submit a list of all individuals that plan to attend the site visit at least 48 hours before the site visit and should be e-mailed to Neil Clark Lanzendorf at Neil.Lanzendorf@associates.usss.dhs.gov. Interested parties may not bring more than two (2) representatives from each company to the site visit. In addition to submission of a list, all contractors must complete, and return the contract specialist, Neil Lanzendorf, an attached SSF 3237 - Contractor Personnel Access Application at least 48 hours before the site visit. The site visit will be held at 9200 Powder Mill Road, Route 2, Laurel Maryland, 20708. The site visit is mandatory, should any offeror leave the site visit early, or not attend, that contractors offer will not be considered for award. Since this is a competitive requirement, please do not telephone with questions but email them. Questions regarding the solicitation must be emailed to Clark Lanzendorf at Neil.Lanzendorf@associates.usss.dhs.gov no later than November 12, 2010 at 1:00 PM EST. If you do not receive a confirmation response then your question was not received. The deadline for receipt of proposals is November 19, 2010 at 5:00 PM EST. All documents required for submission of quote must be sent to Clark Lanzendorf via email to Neil.Lanzendorf@associates.usss.dhs.gov. Hard copy or faxed proposals shall not be accepted Communications with other officials may compromise the competitiveness of this acquisition and result in cancellation of the requirement. This services agreement is subject to the Service Contract Act, thus Department of Labor Wage Determination 78-1183 (revised February 1, 2010) must be applied to all wages. VI. Attachments •1. Statement of Objectives •2. Applicable Department of Labor Wage Determinations •3. SSF 3237- Contractor Personnel Access Application
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/RFQ246624/listing.html)
 
Place of Performance
Address: 9200 Powder Mill Rd., Laurel, Maryland, 20708, United States
Zip Code: 20708
 
Record
SN02313162-W 20101021/101019233856-a5b833d5417fa769f84c67830f11fcf5 (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.