Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2011 FBO #3521
SOLICITATION NOTICE

99 -- Upgrade/Replacement of CCTV/Satellite System and Provide Maintenance - Statement of Work

Notice Date
7/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
515210 — Cable and Other Subscription Programming
 
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
248554
 
Archive Date
8/31/2011
 
Point of Contact
Danielle M. Donaldson, Phone: (202) 406-6812, Cheryl A Bernhard, Phone: (202) 406-6826
 
E-Mail Address
danielle.donaldson@usss.dhs.gov, cheryl.bernhard@usss.dhs.gov
(danielle.donaldson@usss.dhs.gov, cheryl.bernhard@usss.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment 2 - TV locations Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. Solicitation number 248554 is issued as a Request for Proposals (RFP) through Federal Acquisition Circular 05-52. The NAICS code 515210 - Cable and other Subscription Programming. This is an unrestricted solicitation. The Government intends to award a contract for base year, plus 4 one-year option periods. The United States Secret Service intends to conduct an acquisition for installation and service of satellite-based television programming, programming equipment and peripherals in a commercial and/or educational campus environment at the James J. Rowley Training Center in Laurel, MD. See attached Statement of Work for specifications and details. The period of performance will be from date of award for twelve months (one base period) plus four one-year option periods. 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 proposal, 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. I. CONTRACT LINE ITEM (CLIN) SPECIFICATIONS II. SITE VISIT INFORMATION III. FORMAT AND SUBMISSION OF PROPOSAL IV. EVALUATION FACTORS V. PROVISIONS AND CLAUSES VI. ADDITIONAL INFORMATION FOR OFFERORS I. CONTRACT LINE ITEM (CLIN) BASE YEAR • CLIN 0001 Monthly recurring charges for satellite services (this price should include all surcharges and fees) o Price breakdown should include costs for initial installation. • CLIN 0002 Satellite system maintenance (Annual) • CLIN 0003 Annual Upgrades (to include installation) OPTION YEAR ONE (1) • CLIN 0004 Monthly recurring charges for satellite services (this price should include all surcharges and fees) • CLIN 0005 Satellite system maintenance (Annual) • CLIN 0006 Annual Upgrades (to include installation) OPTION YEAR TWO (2) • CLIN 0007 Monthly recurring charges for satellite services (this price should include all surcharges and fees) • CLIN 0008 Satellite system maintenance (Annual) • CLIN 0009 Annual Upgrades (to include installation) OPTION YEAR THREE (3) • CLIN 0010 Monthly recurring charges for satellite services (this price should include all surcharges and fees) • CLIN 0011 Satellite system maintenance (Annual) • CLIN 0012 Annual Upgrades (to include installation) OPTION YEAR FOUR (4) • CLIN 0013 Monthly recurring charges for satellite services (this price should include all surcharges and fees) • CLIN 0014 Satellite system maintenance (Annual) • CLIN 0015 Annual Upgrades (to include installation) II. SITE VISIT INFORMATION A Mandatory site visit will be held on August 4, 2011 at 9:00 AM EDT at 9200 Powder Mill Road, Laurel, MD. Offerors are required to attend and must attend the entire site visit until dismissed by the contract specialist. To participate, eligible firms must be registered in Central Contractor Registration (CCR) within the NAICS code referenced herein. Vendors are required to be registered in the Central Contractor Registration (CCR) http:www.ccr.gov and shall complete the On-Line Registration and Certifications Application (ORCA) http://orca.bpn.gov. Firms interested in attending the site visit must: (1) submit proof of CCR Registration, i.e. provide Dun & Bradstreet Number (DUNS), (2) complete a non-disclosure agreement (Agreement) for individual(s) to attend the site visit, and (3) complete the contractor access form. To receive the appropriate forms, please email me a copy of your DUNS number and once DUNS is verified I forward copy of the appropriate forms by email. All forms should be returned to the Procurement Division (PRO), Attn: Danielle Donaldson at e-mail Danielle.Donaldson@usss.dhs.gov no later than July 21, 2011 at 9AM (EDT). Please call to confirm receipt by PRO if no response is received within one hour of email transmittal. Upon receipt of all three items, PRO will forward information pertaining to the site visit (address, time, site visit protocol) to the eligible firm(s). To participate in the site visit, each individual must complete a contractor access form in advance of the site visit; individuals who have not completed access forms and the Disclosure Agreement prior to the site visit will not be allowed access. Firms are responsible for all costs associated with the site visit. Contractor personnel proposed to work under this contract shall be U.S. citizens (green cards not accepted) and non-felons. III. FORMAT AND SUBMISSION OF PROPOSAL Part A. PRICING AND AVAILABILITY - The offeror shall provide an FOB Destination "each" price for the upgrade and installation and service of satellite-based television programming equipment and all peripherals and to include monthly charges for programming. Offerors shall provide a separate price for annual maintenance and any annual upgrades of the satellite system at JJRTC. Part B. OFFEROR INFORMATION: 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. PAST PERFORMANCE REFERENCES The offeror shall submit at least three references for current and past performance in the last three years. Past Performance will be evaluated in terms of relevancy and currency (See Section III. Evaluation Factors). The submission of all references shall include the following information: a. Contract Number(s) b. Name and phone number of a point of contact at the Federal, State, Local Government or Commercial entity for which the contract was performed. c. Email addresses for each point of contact d. Dollar value of the Contract. e. Detailed description of the work performed. f. The number, type and severity of any quality, delivery or cost problems in performing the contract, the corrective action taken and the effectiveness of the correct action. IV. EVALUATION FACTORS The Government will award a contract resulting from this solicitation to the contractor that offers the lowest price technically acceptable. For purposes of price analysis, each line item will be evaluated separately. Selection will be made on total price. Steps in the evaluation and award of this acquisition are as follows: 1. All offers found to be technically unacceptable shall be eliminated. Examples of reasons for being found unacceptable include but are not limited to: nonresponsive, debarred or suspended, prohibited source, or products which are submitted that fail to meet the requirements for satellite services. 2. Offerors of technically acceptable products and having low risk to moderate past performance ratings will be ranked by price. 3. Technically acceptable products will be evaluated on: A. The offeror's proposal shall demonstrate its understanding of the requirements listed in the Statement of Work (SOW), as well as its knowledge of the services to be provided. Best commercial practices to be used in performing the tasks under the solicitation shall be provided. The proposal shall contain the contractor's approach in performing the tasks at hand with accomplished personnel who will understand the requirements and possess the experience to successfully provide the knowledge, skills and abilities necessary to provide for the installation and services for satellite-based service. The quality of answers in relation to each subject will be evaluated rather than the quantity of pages. Maximum number of pages is 20. 4. Past Performance Past Performance will be evaluated in terms of relevancy and recent history. Relevance means references provided must relate to the same effort or similar one in both product and scale. Recent history means references provided on current or recently completed contracts within the past 3 years. Past performance will assess delivery and quality of product as it relates to probability of successful contract performance. Each performance risk assessment of the areas listed above will consider the number and severity of problems, the effectiveness of corrective actions taken and the overall work record. Problems not addressed by the offeror will be considered to still exist. However, the degree to which the offeror can demonstrate that it has successfully provided program support will be given a higher rating. Under this factor, the USSS will evaluate how well an offeror performed similar work with other government agencies or companies. The assessment of performance risk is not intended to be an analysis of an offeror's performance on a list of contracts, but rather the product of subjective judgment of the evaluators after it considers all available, relevant and recent information. Contracting Officer reserves the right to use CPARS and PIPRS as part of the past performance review. Please provide Contact Name and email address for each reference being used, not providing this information for past performance the reference will be considered incomplete. 5. Price For evaluation purposes, the Total Evaluated Price will be the sum of all CLIN amounts. In addition, for evaluation purposes, adjustments the Government deems appropriate will be made to include Government costs required to accomplish the offeror's proposed approach with the exception of those costs to the Government that are equal across all offerors. The proposed unit prices and the Total Evaluated Price as previously defined will be evaluated for reasonableness. Also, each offeror's Price proposal will be evaluated to determine if it is consistent with the offeror's technical approach and reflects a clear understanding of the solicitation requirements. Inconsistencies between the Technical and Price proposals may be assessed as proposal risk under the Technical evaluation. V. PROVISIONS AND CLAUSES FAR contract clauses may be accessed electronically at this address: Federal Acquisition Regulation (FAR): www.acquisition.gov/far FAR 52.203-6 Restrictions on Subcontractor Sales to the Government FAR 52.204-7 Central Contractor Registration FAR 52.204-9 Personal Identity Verification of Contractor Personnel. (Sep 2007) FAR 52.204-10 Reporting Subcontract Awards FAR 52.209-5 Certification Regarding Responsibility Matters. (DEC 2008) FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Sep 2006) FAR 52.212-1 Instructions to Offerors--Commercial Items FAR 52.212-2 Evaluation--Commercial Items. 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 FAR 52.217-8 Option to Extend Services. (NOV 1999) FAR 52.217-9 Option to Extend Term of the Contract. (MAR 2000) 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 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-41 Service Contract Act of 1965 (Nov 2007) FAR 52.232-33 Payment by Electronic Funds Transfer - Other than Central Contractor Registration FAR 52.225-1 Buy American Act FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contractor Registration. 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. 3052.242-71 Dissemination of contract information. (DEC 2003) 3052.242-72 Contracting officer's technical representative. (DEC 2003) 3052.204-90 Unauthorized Use of the U.S. Secret Service Name VI. ADDITIONAL INFORMATION FOR OFFERORS Since this is a competitive requirement, please do not telephone with questions but email them. Questions regarding the solicitation must be emailed to Danielle Donaldson at Danielle.Donaldson@usss.dhs.gov no later than July 22, 2011 by 1:00 pm hours EDT. If you do not receive a confirmation response then your question was not received. The deadline for receipt of quote is August 16, 2011 by 1:00pm hours EDT. All documents required for submission of proposal must be sent to Danielle Donaldson via email to Danielle.Donaldson@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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/248554/listing.html)
 
Place of Performance
Address: 9200 Powder Mill Road, Laurel, Maryland, United States
 
Record
SN02499544-W 20110716/110714235830-1adb2c8f756317793c692256baa9a6b3 (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.