Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2011 FBO #3443
MODIFICATION

R -- Joint Intelligence Center (JIOC) Watch Officer Support

Notice Date
4/27/2011
 
Notice Type
Modification/Amendment
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, Dallas Administrative Center, 7701 N. Stemmons Freeway, 8th Floor, Dallas, Texas, 75247
 
ZIP Code
75247
 
Solicitation Number
HSCEMD-11-Q-00002A
 
Archive Date
5/24/2011
 
Point of Contact
Tasha Wang, Phone: 214-905-5427, Jill Thomas, Phone: 214-905-8334
 
E-Mail Address
tasha.wang@dhs.gov, jill.thomas@dhs.gov
(tasha.wang@dhs.gov, jill.thomas@dhs.gov)
 
Small Business Set-Aside
HUBZone
 
Description
This is a combined synopsis /solicitation for commercial items prepared in accordance with the format in Federal Acquisition (FAR) 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. The solicitation number is HSCEMD-11-Q-00002 and is issued as a Request for Quote (RFQ) under FAR 13.5. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-49. This procurement is a Total SBA certified-HUBZone Small-Business set-aside. The associated North American Industry Classification System (NAICS) code is 541690. The size standard is _7 million. The US Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE), has a requirement for watch officer support for the Joint Intelligence Operations Center (JIOC) in Washington DC in accordance with the attached Performance Work Statement (PWS). The current estimated period of performance is for a 12 month base year and a 12 month option year period. The government intends to transition these positions to federal employees through insourcing and will notify contractor in writing prior to occurrence. Provisions The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this acquisition. Evaluation -- Commercial Items (Jan 1999) (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 in descending order of importance shall be used to evaluate offers: (1) Technical Capability (2) Past Performance; (3) Price Technical Capability and past performance, when combined, are significantly more important than price. (b) Options. 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). (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. Instructions The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition with the following ADDENDUM: All responses shall include two separate volumes: Volume 1 - Technical Quotation Volume 2 - Price Quotation Volume 1 Page Limitation: Excluding cover pages, the key personnel resume, any certificates and quality recognitions/awards; the technical quote is limited to __30__ one-sided pages with a maximum of three pages of tables included. A front and back side of a page will count as two pages. Quotation contents that exceed the stated page limitation will be removed from the quote by the Contracting Officer prior to turning the quote over to the Government evaluation team and will not be considered in the evaluation. Volume 2 does not have a page limitation. Volume 1 Technical Capability Offerors are required to describe their approach or plan to accomplish the Performance Work Statement (PWS). The plan should describe existing capability to meet the PWS task requirements and describe how the offeror will manage and implement effectively the tasks required to accomplish the PWS. Include an overview of the corporate organizational structure in the description and describe roles/responsibilities if any team members or subcontractors are included. Describe the corporate quality control plan and performance measurement approach to cover how performance standards will be monitored, evaluated, and reported. A draft QASP is provided with the solicitation recognizing that the successful Offeror's quality control plan may impact the Government's QASP. The QASP will be finalized within 30 days after award. Provide a staffing plan describing how the staffing required under the PWS will be filled. The staffing plan should include the timeline from receipt of order to the fill of all positions. The contractor shall describe the education and experience qualifications on the proposed personnel in relation to the personnel requirements in the PWS. Include a resume for the On-site Contract Project Manager (CPM), which is considered a key personnel position. The resume should reflect the ability to perform the complexity of the work required in the PWS. The personnel will be evaluated according to the relevant work experience and qualifications to accomplish the PWS. The offered capability must present sufficient information to reflect a thorough understanding of the work requirements and a detailed plan for achieving the PWS with minimal risk to the Government. Lack of specificity or a general offer to perform the PWS may result in a quote being considered unacceptable and eliminated from further consideration for award. Offers are evaluated on the feasibility and completeness of the technical capability to integrate tasking and achieve the PWS with minimal risk to the Government. Past Performance Offeror's quote shall provide a summary of at least three current or past contracts for the same or similar services, within the last three years. This information should demonstrate how the Offeror has successfully performed work similar to what is described in the PWS. This summary shall also contain sufficient information for the Government to verify contractor past performance and customer satisfaction as follows. 1. project title and contract number 2. start and end dates 3. contract value 4. any awards or quality demonstrators of performance achieved 5. respective primary Point of Contact for the customer (name, agency or firm affiliation, city and state, phone number and e-mail) Successful completion of work activities similar in terms of size, complexity, type of work, as well as receipt of awards/recognition and lack of adverse contractual actions, will result in a higher rating than more narrow experience. If an Offeror has no record of relevant past performance or information on performance is not available, the Offeror will receive a "Neutral" rating, which is neither favorable nor unfavorable. The Government is seeking to determine whether the offeror has past performance that will enhance its technical capability to perform and whether the offeror consistently delivers quality services in a timely manner. In evaluating past performance, the Government may supplement the information Offerors provide with performance information it may obtain from any source including its own experience with the Offeror and government agency databases. The contractor shall, as part of its proposal, present a high-level transition plan (no more than two pages long) including major milestones for adding resources and transitioning support responsibilities. Volume 2 Price Offerors shall quote a Time and Materials (T&M) or labor hour type of pricing structure. Travel will be funded as a NTE CLIN (currently est. @ $25,000). The Government will add the est. $25,000 per year to each proposal for total price evaluation purposes. Travel requirements must be preapproved prior to being taken. The offer must submit proposed price by year and include a summary for the base period and the option period. For evaluation purposes, the following anticipated distribution of labor hours by labor categories shall be used by offerors in preparing their price quote. BASE YEAR (12 Months) Line Item EST QTY UNIT Hourly Rate Extended Amount 0001 Contract Project Manager (1) 2,080 Hrs $____________ $____________ 0002 Contract Watch Officer (8) 16,640 Hrs $____________ $____________ 0003 Contract Technical Officer (2) 4,160 Hrs $____________ $____________ 0004 TRAVEL (1) Lot NTE est.: $25,000.00 Total (Base Year) $______________ ONE YEAR OPTION Line Item EST QTY UNIT Hourly Rate Extended Amount 1001 Contract Project Manager (1) 2,080 Hrs $____________ $____________ 1002 Contract Watch Officer (8) 16,640 Hrs $____________ $____________ 1003 Contract Technical Officer (2) 4,160 Hrs $____________ $____________ 0004 TRAVEL (1) Lot NTE est.: $25,000.00 Total (Option Year) $______________ Total (All years) $______________ Reps/Certs Offerors shall provide a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certification Commercial Items (March 2011), with its offer (for the full text please see https://www.acquisition.gov/far/index.html). Clauses The clause at FAR 52.212-4 Contract Terms and Conditions, Commercial Items (Jun 2010) and 52.212-4 Alt I (Oct 2008) applies to this acquisition. Addenda clauses below are incorporated by reference: FAR 52.217-8 Option to Extend Services (Nov 1999): Fill in: 30 days notice FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000): Fill Ins: prior to expiration; 30 days before the contract expires; 2 years, 6 months. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (MAR 2011), applies to this acquisition. The following clauses are applicable under paragraph (a): 52.233-3, Protest After Award (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) The following clauses are applicable under paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.219-3, Notice of Total HUBZone Set-Aside or Sole-Source Award (Jan 2011) 52.219-8, Utilization of Small Business Concerns (Jan 2011) 52.219-14, Limitations on Subcontracting (Dec 1996) 52.219-28, Post Award Small Business Program Representation (Apr 2009) 52.222-3, Convict Labor (June 2003) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Veterans (Sep 2010) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37, Employment Reports on Veterans (Sep 2010) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-54, Employment Eligibility Verification (Jan 2009) 52.227-14, Rights in Data - General 52.227-16, Additional Data Requirements 52.227-17, Rights in Data - Special Works 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) The following HSAR clauses are applicable: 3052.204-71 CONTRACTOR EMPLOYEE ACCESS (JUN 2006) (a) Sensitive Information, as used in this Chapter, means any information, the loss, misuse, disclosure, or unauthorized access to or modification of which could adversely affect the national or homeland security interest, or the conduct of Federal programs, or the privacy to which individuals are entitled under section 552a of title 5, United States Code (the Privacy Act), but which has not been specifically authorized under criteria established by an Executive Order or an Act of Congress to be kept secret in the interest of national defense, homeland security or foreign policy. This definition includes the following categories of information: (1) Protected Critical Infrastructure Information (PCII) as set out in the Critical Infrastructure Information Act of 2002 (Title II, Subtitle B, of the Homeland Security Act, Public Law 107-296, 196 Stat. 2135), as amended, the implementing regulations thereto (Title 6, Code of Federal Regulations, Part 29) as amended, the applicable PCII Procedures Manual, as amended, and any supplementary guidance officially communicated by an authorized official of the Department of Homeland Security (including the PCII Program Manager or his/her designee); (2) Sensitive Security Information (SSI), as defined in Title 49, Code of Federal Regulations, Part 1520, as amended, "Policies and Procedures of Safeguarding and Control of S SI," as amended, and any supplementary guidance officially communicated by an authorized official of the Department of Homeland Security (including the Assistant Secretary for the Transportation Security Administration or his/her designee); (3) Information designated as "For Official Use Only," which is unclassified information of a sensitive nature and the unauthorized disclosure of which could adversely impact a person's privacy or welfare, the conduct of Federal programs, or other programs or operations essential to the national or homeland security interest; and (4) Any information that is designated "sensitive" or subject to other controls, safeguards or protections in accordance with subsequently adopted homeland security information handling procedures. (b) "Information Technology Resources" include, but are not limited to, computer equipment, networking equipment, telecommunications equipment, cabling, network drives, computer drives, network software, computer software, software programs, intranet sites, and internet sites. (c) Contractor employees working on this contract must complete such forms as may be necessary for security or other reasons, including the conduct of background investigations to determine suitability. Completed forms shall be submitted as directed by the Contracting Officer. Upon the Contracting Officer's request, the Contractor's employees shall be fingerprinted, or subject to other investigations as required. All contractor employees requiring recurring access to Government facilities or access to sensitive information or IT resources are required to have a favorably adjudicated background investigation prior to commencing work on this contract unless this requirement is waived under Departmental procedures. (d) The Contracting Officer may require the contractor to prohibit individuals from working on the contract if the government deems their initial or continued employment contrary to the public interest for any reason, including, but not limited to, carelessness, insubordination, incompetence, or security concerns. (e) Work under this contract may involve access to sensitive information. Therefore, the Contractor shall not disclose, orally or in writing, any sensitive information to any person unless authorized in writing by the Contracting Officer. For those contractor employees authorized access to sensitive information, the contractor shall ensure that these persons receive training concerning the protection and disclosure of sensitive information both during and after contract performance. (f) The Contractor shall include the substance of this clause in all subcontracts at any tier where the subcontractor may have access to Government facilities, sensitive information, or resources. ALTERNATE I (JUN 2006) When the contract will require contractor employees to have access to Information Technology (IT) resources, add the following paragraphs: (g) Before receiving access to IT resources under this contract the individual must receive a security briefing, which the Contracting Officer's Technical Representative (COTR) will arrange, and complete any nondisclosure agreement furnished by DHS. (h) The contractor shall have access only to those areas of DHS information technology resources explicitly stated in this contract or approved by the COTR in writing as necessary for performance of the work under this contract. Any attempts by contractor personnel to gain access to any information technology resources not expressly authorized by the statement of work, other terms and conditions in this contract, or as approved in writing by the COTR, is strictly prohibited. In the event of violation of this provision, DHS will take appropriate actions with regard to the contract and the individual(s) involved. (i) Contractor access to DHS networks from a remote location is a temporary privilege for mutual convenience while the contractor performs business for the DHS Component. It is not a right, a guarantee of access, a condition of the contract, or Government Furnished Equipment (GFE). (j) Contractor access will be terminated for unauthorized use. The contractor agrees to hold and save DHS harmless from any unauthorized use and agrees not to request additional time or money under the contract for any delays resulting from unauthorized use or access. (k) Non-U.S. citizens shall not be authorized to access or assist in the development, operation, management or maintenance of Department IT systems under the contract, unless a waiver has been granted by the Head of the Component or designee, with the concurrence of both the Department's Chief Security Officer (CSO) and the Chief Information Officer (CIO) or their designees. Within DHS Headquarters, the waiver may be granted only with the approval of both the CSO and the CIO or their designees. In order for a waiver to be granted: (1) The individual must be a legal permanent resident of the U. S. or a citizen of Ireland, Israel, the Republic of the Philippines, or any nation on the Allied Nations List maintained by the Department of State; (2) There must be a compelling reason for using this individual as opposed to a U. S. citizen; and (3) The waiver must be in the best interest of the Government. (l) Contractors shall identify in their proposals the names and citizenship of all non-U.S. citizens proposed to work under the contract. Any additions or deletions of non-U.S. citizens after contract award shall also be reported to the contracting officer. The following clauses are incorporated by reference (full text can be accessed at: http://www.dhs.gov/xopnbiz/regulations/) 3052.242-71 Dissemination of contract information (Dec 2003) 3052.242-72 Contracting Officer's Technical Representative (Dec 2003). 3052.215-70 Key Personnel (Dec 2003). 3052.242-72 Contracting Officer's Technical Representative (Dec 2003) Point of Contact for this Solicitation Please email questions and quotes to: Tasha Wang Tasha.wang@dhs.gov Quotes must be submitted prior to closing, Monday, May 9 at 3:00pm CST to be considered. All future information about this acquisition, including solicitation and/or amendments will be distributed solely through the Federal Business Opportunities website at www.fedbizopps.gov. Interested parties are responsible for monitoring this site to ensure receipt of the most-up-to-date information regarding any future acquisition. All Contractors doing business with the Federal Government must be registered in the Central Contractor Registration (CCR) database. The website for this registration is www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ACD/HSCEMD-11-Q-00002A/listing.html)
 
Place of Performance
Address: HSI Intel Headquarters, ICE Headquarters, 500 12th Street SW, Washington DC 20536, Washington, District of Columbia, 20536, United States
Zip Code: 20536
 
Record
SN02434778-W 20110429/110427234821-10c8b6126dd95ea9a9f52f59a19261aa (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.