Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2015 FBO #5028
SOLICITATION NOTICE

23 -- Armoring and Retro-Fit Package for Chevrolet Suburban Follow-Up Vehicles

Notice Date
8/28/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336211 — Motor Vehicle Body Manufacturing
 
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
HSSS01-15-R-0075
 
Point of Contact
Danielle M. Donaldson, Phone: (202) 406-6812, Siobhan E. Mullen, Phone: 202-406-6818
 
E-Mail Address
danielle.donaldson@usss.dhs.gov, siobhan.mullen@usss.dhs.gov
(danielle.donaldson@usss.dhs.gov, siobhan.mullen@usss.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Government has a requirement to customized and retrofit (30) 2015 Chevrolet Suburbans with armoring and modify with after-market equipment. The Government anticipates awarding a competitive commercial firm-fixed price contract with a period of performance of 6 months. This contract will be classified SECRET. Contract award is projected for 30 September 2015. Award will be made based on best value/trade off to the government. This solicitation is total small business set-aside. The North American Industry Classification System (NAICS) is 336211 and the small business size standard is 1,000 employees. Technical Evaluations will be performed in two phases, as follows: PHASE I: General Business Information/Representations and Certifications Please provide the following information: 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 SAM. By submitting a proposal, the Offeror acknowledges the Government requirement to be in the System for Award Management (SAM) database prior to award of any contract. Information about SAM may be found at www.sam.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 SAM at www.sam.gov, then provide a statement as such and it will be verified. Factor I a. Must possess a SECRET US clearance. b. Capabilities Statement: The offeror shall provide a capability statement based on the objective stated (successfully armor and modify with after-market equipment (retro-fit)) suburbans. The capability statement shall not exceed 10 typed pages. The offerors that provide documentation showing that they are capable of delivering this requirement will proceed to Phase II. Factor II Security Clearance: The offeror shall possess a DSS issued Secret Facility Clearance (FCL) with Secret Safeguarding approval. If the offeror does not possess these clearance requirements, they will not be provided the classified Statement of Work, until these clearance requirements are obtained and verified by the government. An Automated Information System (AIS) accredited by DSS to process classified information up to the Secret level is required for contract performance. In addition, the offeror will be required to have a DSS approved Secret closed area with the capacity to allow for the required personnel to manage, assemble and hold armor materials classified at the Secret level. All offerors shall pass both factors in Phase I in order to proceed to Phase II. Factors in Phase I will be rated as Pass/Fail. The preceding information must be submitted to Contract Specialist Danielle Donaldson via email to danielle.donaldson@usss.dhs.gov on or before September 4, 2015 @ 10:00 am. NOTE: Only offerors that meet these clearance requirements and provide an acceptable capability statement will be provided with the classified Statement of Work. Phase II: All offerors that met the factors in Phase I will receive the Statement of Work and proceed to Phase II: Factor I Technical 1. Technical Approach 2. Key personnel Factor II Past Performance Factor III Pricing ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ Factor I: Technical The offeror shall provide a technical proposal on how it intends to meet the requirements as described within the Statement of Work for armoring and retro-fitting of these vehicles. Technical sub-factors noted below are of equal importance and must be addressed separately within the proposal. Technical sub-factors: Sub-Factor 1: Technical Approach: The offeror shall provide a description of its technical approach to meet the requirements as described within the Statement of Work. The offeror's approach shall be evaluated on its ability to demonstrate a clear understanding of the requirement. Offerors will be evaluated on the quality of the product that will be provided and in meeting or exceeding the specifications. A higher rating will be given to companies with more expertise and capabilities. Sub-Factor 2: Experience/Key Personnel: The offeror shall provide two (2) resumes for key personnel listed below who will be performing work on this contract. Resumes are limited to two (2) pages for each resume. All personnel are required to have a Secret Clearance. Anticipated key personnel are the production manager and key assembly personnel. Resumes will be evaluated based on work experience with armoring, and retrofitting of Government Furnished vehicles. [A higher rating will be given to offerors that have more experience in the field of armoring and retrofitting vehicles and working with law enforcement agencies.] Factor II: Past Performance The Government shall conduct a past performance evaluation based upon recent and relevant performance of the offeror and any subcontractors as it relates to the probability of successful accomplishment of the work required by the solicitation. Recent is defined as having been awarded and performed in the past three (3) years. Relevant is defined in having a similar size, in dollars and scope of this requirement. The Government shall assess risks associated with offeror's past performance in the following areas: • Timely delivery of products/services. • Technical and product quality. • Business-like concern for the interests of the customer. 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 applied continuous systemic improvement to resolve past performance problems will be evaluated. Under this factor, the USSS will evaluate how well an offeror has performed similar work before. The information evaluated under this factor is distinct and independent from the Technical Factor above. The assessment of performance risk is not intended to be the product of a mechanical or mathematical analysis of an offeror's performance on a list of contracts, but rather the product of subjective judgment of the evaluators after considering all available, relevant and recent information. The offeror shall submit the following information, in regards to past performance for at least three (3) references: Name of Company/Agency Two (2) Points of Contacts from the company/agency with telephone numbers and email addresses Address of Company/Agency Contract Number Dollar Amount Brief description of work performed Period of Performance NOTICE: Past Performance questionnaires (will be provided in Phase II) are to be provided to the contract specialist NO LATER than the closing date and time for receipt of proposals. It is the quoters responsibility to ensure that these documents are forwarded to contract specialist, Danielle Donaldson by email: Danielle.donaldson@usss.dhs.gov. Factor III: Pricing Proposed pricing will be evaluated for reasonableness. 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. The offeror shall provide a price break down for the unit price of armoring and retro-fitting one (1) vehicle. Additionally the contractor shall provide the total price of the entire requirement with a price breakdown that includes labor, material, profit, overhead, and any other price factors. Submission Date for Phase 1: Offerors shall email their Phase I submissions by no later than 4 September 2015 at 1000 hours (Eastern). Offerors will be notified of Phase I results by approximately 9 September 2015. Release Date for Phase II: The solicitation is expected to be released by 10 September 2015. The Phase II proposal is expected to be due by 22 September 2015. The preceding information must be submitted to Contract Specialist Danielle Donaldson via email to danielle.donaldson@usss.dhs.gov and Siobhan Mullen at siobhan.mullen@usss.dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/HSSS01-15-R-0075/listing.html)
 
Place of Performance
Address: 245 Murray Lane, SW. Bldg. T-5, Washington, District of Columbia, 20223, United States
Zip Code: 20223
 
Record
SN03862191-W 20150830/150829000040-a0f9301a67ab699ff210bcd908c78e4f (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.