Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2012 FBO #3997
MODIFICATION

S -- Dry Cleaning and Laundry Services

Notice Date
11/1/2012
 
Notice Type
Modification/Amendment
 
NAICS
812332 — Industrial Launderers
 
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, United States
 
ZIP Code
20223
 
Solicitation Number
HSSS01-13-R-0001
 
Archive Date
12/15/2012
 
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
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; proposals are being requested and a written solicitation will not be issued. HSSS01-13-R-0001 is issued as a Request for Proposal (RFP) through Federal Acquisition Circular 2005-61. This solicitation will be a Total Small Business Set Aside and the NAICS code is 812332 - Industrial Launderers and corresponding size standard is $35.5M. The US Secret Service intends to award a fixed priced IDIQ commercial services contract. The period of performance is anticipated to be from date of award base period is one year with four one-year option periods. Questions shall be submitted to the Point of Contact (POC) via email only. Questions must be submitted by Thursday, November 8, 2012 at 3:00 PM. CONTRACTORS MUST COMPLY WITH FAR 52.204-99 - System for Award Management (SAM) Registration. Contractors must be registered in the SAM database prior to award. The SAM database may be accessed at the following url: https://www.sam.gov/portal/public/SAM/ The Government anticipates awarding on initial offers but reserves the right to conduct discussions if necessary and determined to be in the best interests of the Government. Therefore, the offeror's initial proposal should contain the offeror's best terms from a price and technical standpoint. Award will be based on Lowest Price Technically Acceptable (LPTA) Source Selection Process, in accordance with Federal Acquisition Regulation (FAR) Part 15.101-2, the USSS will make the award based on the technically acceptable proposal with the lowest evaluated price. To be technically acceptable, offerors must provide evidence that they have the technical qualifications and experience needed to meet the technical capabilities requirements listed in Factor 1 and provide acceptable past performance experience as listed in Factor 2 of the solicitation (See attachment 4, pages 11-12). The Government reserves the right to eliminate any offeror from the competition that does not follow the instructions or fails to include any information that is required as stated below. All written material submitted shall be in 10 point Times New Roman Font, single spaced, and shall have 1" margins left and right. The written copy of the technical proposal shall not exceed more than 20 typed pages. The proposal submitted shall include the following: I. Technical Capability -- Explanation of the Offeror's technical capability to perform the tasks required and how the Offeror will meet the minimum requirements identified in the attached Statement of Work. (Attachment 1) II. Past Performance -- Offeror should provide at a minimum four references from four different agencies/entities for work performed within the past three years. Each reference must include the point of contact name, telephone number and email address. Identify contracts containing efforts similar to those efforts required by this solicitation for you, your principal subcontractors and team members. These contracts must be contracts performed within three years of this proposal submission with either the Federal Government or commercial customers, which demonstrate work similar in type of work described in the RFP. Vendors must verify information prior to proposal submission. For each project listed, provide the following: • Short description of the work performed • Client name and point of contact familiar with vendor's performance (include name, telephone number, address and email address) • Period of Performance • Annual and total dollar amount of contract. • Provide a maximum of five contracts for the Prime and two for each principal subcontractor(s) and/or critical team member(s). • The past performance information submitted must demonstrate the capability to perform all CLINs. • The offeror's past performance information shall also identify recent relevant programs that provide evidence of its organization's (including your principal subcontractors and critical team members) ability to provide interpretation services. III. Pricing (See attachment 2) CLINS 0001 BASE YEAR Laundry Services in accordance with SOW for the USSS Please provide a unit price for each individual item listed in Pricing Attachment. 0002 OPTION YEAR 1 Laundry Services in accordance with SOW for the USSS Please provide a unit price for each individual item listed in Pricing Attachment 0003 OPTION YEAR 2 Laundry Services in accordance with SOW for the USSS Please provide a unit price for each individual item listed in Pricing Attachment 0004 OPTION YEAR 3 Laundry Services in accordance with SOW for the USSS Please provide a unit price for each individual item listed in Pricing Attachment 0005 OPTION YEAR 4 Laundry Services in accordance with SOW for the USSS Please provide a unit price for each individual item listed in Pricing Attachment IV. Wage Determination (See Attachment 3) V. Clauses (See Attachment 4) All proposal documents listed above shall be submitted in electronic format and emailed to Danielle Donaldson at danielle.donaldson@usss.dhs.gov by no later than Friday, November 30, 2012 at 1400 EST hours. Hard copy proposals will not be accepted. 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. The Government reserves the right to award the resultant contract using a different CLIN structure than the one solicited and/or proposed. The Government will not be responsible for any costs accrued or incurred by the vendor in response to this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/HSSS01-13-R-0001/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, 20223, United States
Zip Code: 20223
 
Record
SN02922838-W 20121103/121101234434-c23400c0d2fce6c00c6b247b84c6093c (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.