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

F -- AMERICAN SAMOA - ARCHAEOLOGICAL MONITORING - STATEMENT OF WORK

Notice Date
10/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Mitigation Section, 500 C Street SW, Patriots Plaza -- 5th Floor, Washington, District of Columbia, 20472
 
ZIP Code
20472
 
Solicitation Number
HSFEHQ-11-R-0003
 
Point of Contact
Michelle Calhoun, Phone: (202) 646-2999
 
E-Mail Address
michelle.calhoun@dhs.gov
(michelle.calhoun@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
PRICE/COST SCHEDULE EVALUATION CRITERIA 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; proposals are being requested and a written solicitation will not be issued. FEMA has a requirement for archaeological monitoring in American Samoa in accordance with the attached Statement of Work and applicable provisions/clauses: Provision at 52.212-1, Instructions to Offerors -- Commercial Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. Technical Evaluation -- Commercial Items (See attachment Technical Evaluation Criteria) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:Technical and past performance when combined, are more important when compared to price. Technical - Experience on Similar Project - Approach and Knowledge - Contract Management and Company/Staff Qualifications - Risk Mitigation and Quality Control Past Performance - An offer with no relevant past performance or for whom information on past performance is not available will receive a rating of neutral. Price All evaluation factors other than cost and price, when combined are more important than cost or price. As the technical evaluation of quotations approaches equality, price becomes more important in making the award determination. In the event that two or more quotations are determined not to have any substantial technical differences (i.e. are technically equivalent) award may be made to the lower priced quotation. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items. Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items Clause at 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards Clause at 52.217-8, Option to Extend Services - 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 15 days. Interested contractors shall submit a time-and-materials proposal in accordance with FAR Subpart 16.6 -- Time-and-Materials, which contains direct labor hours at specified fixed hourly rates that include wages, overhead, general and administrative expenses, and profit; and estimated cost for materials. Contractors shall use the format provided in Attachment A, Schedule of Supplies/Services ALL QUESTIONS MUST BE IN WRITING AND SUBMITTED TO MICHELLE.CALHOUN@DHS.GOV
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/FFMD/HSFEHQ-11-R-0003/listing.html)
 
Place of Performance
Address: American Samoa, American Samoa
 
Record
SN02313267-W 20101021/101019233946-1d5a129629876273750d951d87b76432 (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.