Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2010 FBO #3324
MODIFICATION

R -- Suspicious Activity Mission Essential Task List - Amendment 0001-Q& A w/Revised Evaluation Criteria

Notice Date
12/29/2010
 
Notice Type
Modification/Amendment
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition & Procurement Office, Rosslyn Plaza North, Suite 12063, 1155 Defense Pentagon, Washington, District of Columbia, 20301-1155, United States
 
ZIP Code
20301-1155
 
Solicitation Number
HQ0034-11-T-0008
 
Archive Date
1/18/2011
 
Point of Contact
Valerie Green, Phone: 7035888188
 
E-Mail Address
valerie.green@whs.mil
(valerie.green@whs.mil)
 
Small Business Set-Aside
N/A
 
Description
Revised Evaluation Criteria Questions & Answers for Solicitation HQ0034-11-T-0008 ****THE PURPOSE OF AMENDMENT 0001 IS TO POST QUESTIONS/ANSWERS AND THE REVISED EVALUATION CRITERIA FOR VENDORS. THE CLOSE DATE REMAINS THE SAME. **** _________________________________________________________________________ This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with FAR 13.5. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation No. HQ0034-11-T-0008 applies and is issued as a Request for Quote. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-47. This acquisition is not a set aside for small business. The North American industry Classification System NAICS code is 541614 sizes standard is $7,000,000. PFPA requires a contractor to provide a Mission Essential Tasks List (METL) for the Suspicious Activities (SA) portion of its mission to include a written SA regulation, development of a procedures document for its Integrated Emergency Operations Center (IEOC), development of an SA user's guide for uniformed officers, special agents, and other specialists, and the facilitation of the development of requirements and ensuing operations. A single Contract is expected to be awarded for this requirement. The contractor shall provide a detail timeline of completion for each milestone (reference PWS-Tasks and Deliverable Schedule). Special Requirements : (1) Prospective Contractor personnel shall have a current Secret clearance prior to award of the contract. (2) Prospective Contractor shall have experience writing Suspicious Activity regulation, development of procedures documentation for Suspicious Activity. CLIN STRUCTURE: CLIN 0001 Mission Essential Task List IAW PWS, Quantity: 1 Each. Pricing for services should be proposed by unit as illustrated. The following Federal Acquisition Regulations (FAR) and (DFARS) apply to this solicitation. 52.204-9 Personal Identity Verification of Contractor Personnel, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, FAR 52.217-3 Evaluation Exclusive of Options (Apr 84). FAR 52.212-1, Instruction to Offerors-Commercial; Government; 52.212-2 Evaluation-Commercial Items: (a) 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: (reference Evaluation Criteria attachment for details) Factor 1: Experience Factor 2: Past Performance Factor 3: Price Factor 4: Small Business Consideration Relative Importance of Evaluation Factors : In evaluating proposals for award, Factor 1-Experience is the most important factor. Factor 2-Past performance is more important than Factor 3-Price. Factor 1-Experience and Factor 2-Past performance when combined are more important than Small Business consideration. ALTHOUGH PRICE IS NOT FORMALLY RATED, IT IS IMPORTANT AND CANNOT BE IGNORED. THE DEGREE OF ITS IMPORTANCE WILL INCREASE WITH THE DEGREE OF EQUALITY OF THE PROPOSALS IN RELATION TO EVALUATION FACTORS. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision52.212-2); (xiii) A statement regarding any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. FAR 52.212-3, Offeror 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; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.222.3 Convict Labor; FAR 52.222-19 Child labor Cooperation with Authorities and Remedies; FAR 52.222.21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers, FAR 52.222-41 Service Contract Act, FAR 52.222-43Fair Labor Standards Act, FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232- 33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.247.34 F.O.B. Destination; FAR 52.247.64, Preference for Privately Owned U.S. Flag Commercial Vessels; FAR 52.247.64, Preference for Privately Owned U.S. Flag Commercial Vessels; DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive orders Applicable to Defense Acquisition of Commercial Items; DFARS 252.225-7001, Buy American A ct and Balance of Payments Program; DFARS 252.247-7017, Notification of Transportation of Supplies by Sea. Full Text of these provisions may be accessed on-line at http: www.arnet.gov. Award can only be made to those offerors that are registered through the Central Contractor Registration System. For contractors that are not registered, you may log onto the Internet at www.ccr.gov. Quotes are due no later than 12 PM EST, 03 January 2011 via E-mail. Questions on this requirement will ONLY be accepted via email until 9AM EST, 27 December 2010 and shall be addressed to Valerie Green, Contract Specialist, E-mail Valerie.Green@WHS.Mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ0034-11-T-0008/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, 20301, United States
Zip Code: 20301
 
Record
SN02352046-W 20101231/101229233830-cb6e5a4e36fcd6ea8a51692fadb3a304 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.