Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2012 FBO #3771
SOLICITATION NOTICE

J -- Maintenance of Training Tank (Pool) - Attachment 1 - Clauses

Notice Date
3/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
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-R-0011
 
Point of Contact
Danielle M. Donaldson, Phone: (202) 406-6812, Charles L Keeney, Phone: 202.406.6940
 
E-Mail Address
danielle.donaldson@usss.dhs.gov, charles.keeney@usss.dhs.gov
(danielle.donaldson@usss.dhs.gov, charles.keeney@usss.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 3 - Pricing Worksheet Attachment 2 - Wage Determination Attachment 1 - Clauses Description 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. Solicitation number HSSS01-12-R-0011 is issued as a Request for Proposal (RFP) through Federal Acquisition Circular 05-55. This is a 100% small business set aside. The NAICS code is 561790 - Swimming pool cleaning and maintenance services and the size standard as set by the SBA is $7.0 million. The period of performance will begin at date of award for one-year plus four one-year option periods. This Solicitation is compromised of: I. STATEMENT OF WORK II. FORMAT AND SUBMISSION OF PROPOSAL III. EVALUATION FACTORS IV. CONTRACT CLAUSES (Attachment) V. SITE VISIT ADDITIONAL INFORMATION FOR OFFERORS VI. WAGE DETERMINATION (Attachment) ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ I. STATEMENT OF WORK 1.0. General Information 1.1 Scope The Water Safety Training Tank at the James J. Rowley Training Center is a 250,000 gallon, welded aluminum swimming pool with a vinyl liner used for water safety and rescue training. The Training Tank is served by a water filtration and treatment system. Various standard pool materials and chemicals are used to maintain water balance in the Training Tank. 1.2 Place of Performance Services shall be performed at the JJR training center in Beltsville, MD. Contractor shall perform two visits per work week, preferably on Tuesday and Friday but in such a manner as to not interfere with on-going aquatic activities of the U.S. Secret Service Water Safety Program 1.3 Period of Performance The contract shall be from date of award for a period of one year with four (4) one-year option periods. 1.4 Type of Contract This is a commercial firm fixed priced contract. 1.5 Security No clearances are required for this effort. However, all personnel shall be able to obtain access to training sites per U.S. Secret Service security requirements and shall be US citizens (green cards not accepted). They shall be subject to and successfully pass Police background investigations prior to being admitted to the USSS HQ. Upon contract award, the contractor will be provided with U. S. Secret Service personnel access forms. Within five (5) days of contract award, the contractor shall submit these completed personnel access forms to the Contracting Officer's Technical Representative. Background checks historically take up to 5-7 days. All contractor personnel requiring access to USSS facilities shall complete the following forms which shall be provided by the USSS: a. Disclosure and Authorization Pertaining to Consumer Reports Pursuant to the Fair Credit Reporting Act b. SSF 3237 - Contractor Personnel Access Application c. SSF 4024 - Conditional Access To Sensitive But Unclassified Information Non-Disclosure Agreement d. SSF 4087 - Non USSS Employee Certification 1.6 Certification Individuals maintaining the water chemistry must be certified Aquatic Facility Operators (AFO) or Certified Pool Operators (CPO). 1.7 Contractor Furnished Property Contractor shall provide all chemicals needed to maintain proper water balance and cleanliness of tank and filter room equipment. Chemicals used must meet the requirements of the water filter/treatment equipment manufacturer requirement. A supply of chemicals shall be stored in the filter room area. A list of each chemical and the amount used must be maintained on a log on a yearly basis. A chemical test kit for water analysis must be provided by the contractor for monitoring pool water conditions. Chemicals and materials include but are not limited to the following (the contractor may use more materials if it is necessary): a. Filter system media. b. Chlorinator system media. c. Carbon Dioxide gas, including tank rental. d. pH adjustment media. 1.8 Manufacturers of Major Training Tank Water Filtration and Treatment Equipment The below list is not to be considered inclusive. All equipment associated with the filtration and treatment of the water in the Training Tank as well as other items noted in this SOW is to be maintained. a. Ultraviolet disinfection unit-Engineered Treatment Systems b. Neptune-Benson Defender Filters, Model # SP-30-30-595 c. PPG Accu-Tab Chlorinator, Model # 3070AT d. ATG Willard UV Disinfection System, Model # ECF-220-8 2.0 Requirements 2.1 All service and maintenance shall be completed in accordance with the water filter and treatment system manufacturer's instructions. Regularly scheduled service and maintenance to be performed on the pool and filter/treatment system includes, but is not limited to: a. Brush and vacuum pool, including gutter to be 98% clean of debris. b. Check and service all equipment, including control and monitoring system, in filter room so that all equipment is 100% operational. c. Check and record readings on all gauges to ensure that systems are operating correctly. d. Service the filters and replace filter medium so that filters are working at optimal levels. e. Test and balance the water to ensure that levels are in compliance with pool industry standards. f. Inspect crawl space around pool (semi- annually) to ensure pool is not leaking. g. Maintain maintenance log to document what was serviced and to document the water test results and equipment gauge readings. 2.2 Contractor must remove all pool-related trash and ensure the cleanliness of the pool, filter, related equipment, and associated floors, including Filter Room, during all maintenance visits to ensure that the pool and area are 98% clean. 2.3 Contractor must supply, remove and replace burned out pool lights and fixtures when needed. This includes any required troubleshooting and/or repairs to the pool lighting system containing 15 light fixtures. 2.4 Contractor must provide 24-hour priority emergency repair service that includes labor and materials for any repair not listed as general maintenance. The contractor must respond to the United States Secret Service, James J. Rowley Training Center within (1) business day to start the repair. Repairs must be completed within 5 business days after troubleshooting. 3.0 Deliverables 3.1 The Contractor shall provide a detailed description of the work that the Contractor will perform on all equipment at each visit and at quarterly, semi-annual and annual visits. 3.2 A copy of the log showing the chemicals used on this contract along with the quantities and MSDS sheets must be submitted to the COTR on an annual basis. A log of all visits by the Contractor's staff documenting all observations, measurements and/or maintenance performed must be maintained in a notebook to be located in the Training Tank Filter Room. 4.0 Applicable Directives 4.1 All work must conform to standards and practices of the National Spa and Pool Institute (NSPI), the National Swimming Pool Foundation (NSPF), and all other applicable Federal, state and municipal regulations and ordinances. II. FORMAT AND SUBMISSION OF PROPOSAL Part A. Pricing (See Attachment 3 - Pricing Sheet) Part B. Contractor Information Provide the nine-digit DUNS and the nine-digit TIN. DUNS is used to verify that the vendor is in CCR. The Taxpayer Identification Number is necessary for electronic payment. 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. Part C. Technical Proposal This technical proposal needs to explain the work that you will do and how you will meet the requirement in the Statement of Work. Include in detail how your company will meet the requirements: (1) An explanation of the services to be used in performing the tasks at hand to service and maintain the tank. (2) Whether your company will be able to provide U.S. citizens, non-felons for work; (3) The qualifications of the key personnel (what experiences they have). The offeror's proposal will be required to provide resumes and qualifications for each proposed contractor personnel. Provide key personnel's proof of certification as an Aquatic Facility Operator and/or Certified Pool Operator. The contractor shall provide the most capable and relevant personnel related to performing the type of tasking discussed and relating to the SOW. (4) A capability statement, explaining how your company provides pool services, such as a standard brochure. Technical capability to perform the work as evidenced in the proposal. In addition, provide a summary of weekly and annual maintenance procedures. Neptune-Benson authorized service organization (5) For Past Performance provide (3) three references for similar work within the past three years. Include point of contact information and email addresses. **Please do not include pricing in your technical proposal or past performance. Submit Parts A, B and C to Danielle Donaldson via email to Danielle.Donaldson@usss.dhs.gov. Do not mail your proposals. Your entire email must not be greater than 3 MB; if your quote is above that limit, please send multiple emails. Please put HSSS01-12-R-0011 Tank Maintenance in the subject line. All quotes will receive a confirmation email within two hours; if you do not receive a confirmation then your quote has not been received. Late quotes will not be accepted. III. EVALUATION FACTORS The proposals received under this Request for Proposal (RFP) will be evaluated in accordance with the instructions contained in this solicitation. As stated in the RFP, the award(s) shall be made to the responsible Offeror(s) whose proposal is determined to best meet the needs of the Government after consideration of all factors, that is, the proposal that provides the best value to the Government. Best value is defined as the offer that results in the most advantageous acquisition decision for the Government as determined by an integrated assessment and trade-off analysis among non-price and price factors. Technical capabilities and past performances, when combined, are significantly more important than price. Combined evaluation factors are: 1. Technical Capabilities (Sub-factors: Personnel Qualifications and b. Capability Statement), 2. Past Performance and 3. Price. Award will be made to the offeror who's demonstrated Technical Capability offers the "Best Value" to the Government. Award may be made to other than the lowest price received. The Government may award any resulting contract to other than the lowest priced offeror, or other than the offeror with the highest non-price rating. Although the Government anticipates making an award on initial offerors, the Government reserves the right to establish a competitive range and open discussions with those offerors most highly rated. The competitive range may be further limited in accordance with FAR 15.306(c)(2) for purposes of efficiency. The following factors shall be used to evaluate offers: Factor 1: Technical Capabilities The following sub-factors are of equal importance: A. Personnel Qualifications: The offeror shall provide key personnel that have demonstrated experience in successfully performing similar tasks to this requirement within the last three years. The offeror shall provide evidence of this experience by submitting certifications and synopsis of each proposed key personnel to work on this effort. The offeror shall be evaluated on the overall level of expertise. Offerors with more experience in providing these skills will be given a higher rating. B. Capability Statement: The offeror shall provide a capability statement and management approach of how the offeror will provide maintenance of the training tank as described in the Statement of Work. The capability statement should describe what your company is capable of and highlights what your future capability is in relation to this requirement. It should provide a company overview, what you do, and discuss your staff, equipment and resources. In this statement, demonstrate your understanding of the requirements listed in the SOW, as well as your knowledge of the services to be provided. The offeror's proposal shall demonstrate the practices and methodology to be used in performing the tasks at hand. In addition, the offeror shall demonstrate the management structure of the company in relation to this requirement. The Contractor shall also show that the company is a Neptune-Benson authorized service organization and an ATG authorized service organization. The offeror shall provide a copy of key personnel's proof of certification as an Aquatic Facility Operator and/or Certified Pool Operator. Offerors will be rated on the level of expertise shown in the statement and their ability to perform the task. A higher rating will be given to those that are able to show a high level of expertise for this requirement. Factor 2: Past Performance (provide three references from two different agencies/entities for work performed within the past three years) (1) 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. Factor 3: 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. IV. CONTRACT CLAUSES (See Attachment 1) V. SITE VISIT/ADDITIONAL INFORMATION FOR OFFERORS If you seek a site visit, you must email your request with the company DUNS number along with possible dates (multiple dates) and times. In order to obtain access to a Secret Service facility, each individual must be cleared; only U.S. citizens, non felons are allowed in the facility; see SOW, Sec. 1.5- Security. You will be emailed an access form which must be returned. Since this is a competitive requirement, please do not telephone with questions but email them; if you do not receive a confirmation response within two hours then your question was not received. All questions must be received by Monday, April 2, 2012 @ 2:00pm. VI. WAGE DETERMINATION (See Attachment 2)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/HSSS01-12-R-0011/listing.html)
 
Place of Performance
Address: James J Rowley Training Center, Laurel, Maryland, United States
 
Record
SN02701482-W 20120322/120321000352-85f56bf874cec2822961bf6e05631960 (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.