Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2012 FBO #3758
SOLICITATION NOTICE

J -- Maintenance- Gym Equipment - Statement of Work - Pricing Table - Wage Determination

Notice Date
3/7/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811490 — Other Personal and Household Goods Repair and Maintenance
 
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
HSSS01-12-Q-0060
 
Archive Date
3/19/2012
 
Point of Contact
Kimberly S. Spangler, Phone: 2024066820
 
E-Mail Address
kimberly.spangler@usss.dhs.gov
(kimberly.spangler@usss.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination Pricing Table 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is HSSS01-12-Q-0060, a request for quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-56. This requirement is 100% set-aside for small business concerns. The North American Industry Classification System (NAICS) is 811490 with a small business size standard of $7.0 million. The Government intends to award a competitive firm-fixed-price commercial purchase order for the US Secret Service. This requirement is for the maintenance of fitness equipment at six Washington-Baltimore area facilities. The specific work requirements are detailed within the Statement of Work (SOW). 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. This Solicitation is comprised of: I. STATEMENT OF WORK II. FORMAT AND SUBMISSION OF PROPOSAL III. EVALUATION FACTORS IV. PROVISIONS AND CLAUSES V. ADDITIONAL INFORMATION FOR OFFERORS ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ I. STATEMENT OF WORK See attached Statement of Work (SOW). ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ II. FORMAT AND SUBMISSION OF PROPOSAL The deadline for receipt of quotes is 15 March 2012 by 5:00 pm EST. All documents required for submission of quote is listed in this section and must be sent to Kimberly Spangler via email to Kimberly.Spangler@usss.dhs.gov. Hard copy or faxed proposals shall not be accepted. Questions will be received by email to the same address no later than March 9, 2012. Responses will be posted under this announcement on or about March 13, 2012. Part A. Pricing - The Offeror shall provide a price for each line item as shown in the attached Pricing Table. Part B. Contractor Information: 1) Provide the name, title, telephone number, fax number, and email address of the point of contact. 2) Provide proof (copy) of contractor's license. 3) Provide proof (copy) of all insurance policies required in the SOW. 4) Provide the contractor's nine-digit DUNS. This is used to verify that the vendor is in CCR. By submitting a quote, 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. 5) Provide contractor's nine-digit TIN. The Taxpayer Identification Number is necessary for electronic payment. 6) If you have not completed the annual representations and certifications electronically through ORCA at http://orca.bpn.gov, then you must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. Part C. Key Personnel: Provide resume for the designated Project Manager, including an affirmative statement that the individual is likely to meet general security requirements as described in the SOW and be approved for access (U.S. citizenship, no felony record, etc.) Part D. Experience: Provide capability statement of demonstrated experience of both contractor and personnel doing work similar to that stated in the SOW. The Offeror shall provide no less than 3 and no more than 5 current experiences of similar work within the past 3 years. Part E. Past Performance: Provide references for each stated experience in Part D. Provide the point of contact name, phone number, email address, contract number, and contract value. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ III. EVALUATION FACTORS The Government will award a purchase order to the responsible offeror with the lowest price technically acceptable offer. Technically acceptable offer is defined as: 1) The Offeror is licensed to perform work as stated in the SOW in Washington DC metro area 2) The Offeror has demonstrated experience doing work similar to that stated in the SOW and has positive past performance feedback in relation to that experience. 3) Personnel capable of passing background investigation 4) Meets insurance requirements as stated in the SOW ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ 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 FAR 52.212-2 Evaluation of Commercial Items 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. The following clauses are applicable: FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-14 Limitations on Subcontracting, 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 52.222-50 Combating Trafficking in Persons, FAR 52.222-41 Service Contract Act of 1965, as Amended, FAR 52.232-33 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/ 3052.242-72 Contracting Officer's Technical Representative 3052.209-70 Prohibition on Contracts with Corporate Expatriates. 3052.204-90 Unauthorized Use of the U.S. Secret Service Name 3052.215-70 Key personnel or facilities 3052.228-70 Insurance ~~~~~~~~~~~~~~~~~~~~~~~~~~~~ V. ADDITIONAL INFORMATION FOR OFFERORS Since this is a competitive requirement, please do not telephone with questions but email them. Email is the preferred method of communication; if you do not receive a confirmation response then your question was not received. Inquiries shall be emailed to Kim Spangler at Kimberly.Spangler@usss.dhs.gov. 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/HSSS01-12-Q-0060/listing.html)
 
Record
SN02690673-W 20120309/120307234841-c9eecdfc7b9992ca01fb9802f027cb7e (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.