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

X -- DHS,DNDO Executive Parking - SF 18

Notice Date
8/28/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812930 — Parking Lots and Garages
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-15-Q-00372
 
Point of Contact
Olaleye Omishore, Phone: 202 447-5535, Ronald Jean-Baptiste, Phone: 202-447-5705
 
E-Mail Address
olaleye.omishore@hq.dhs.gov, ronald.jean-baptiste@hq.dhs.gov
(olaleye.omishore@hq.dhs.gov, ronald.jean-baptiste@hq.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment B Statement of Work (SOW) Attachment A CLINS SF 18 (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, and 13.106, 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 Government intends to award Firm Fixed Price contract under Simplified Acquisition Procedures (SAP) using FAR Part 13. (ii) The solicitation reference number is HSHQDC-15-Q-00372. This requirement is issued as a Request for Proposal (RFQ). (iii) This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83. (iv) This solicitation is not set aside for small business. The associated North American Industry Classification System (NAICS) code is 812930, and the Small Business size standard is $38,500,000.00. (v) The Contract Line Item Numbers, Items, Quantities, and Units of Measure are: See Attachment A (Schedule of CLINS). The anticipated date for contract award is September 21, 2015. (vi) See Attachment B. - Statement of Work (SOW). (vii) The Office of Administrative Operation will act as the liaison between the DHS Domestic Nuclear Detection Office (DNDO) and the contractor. The period of performance is September 22, 2015 through September 21, 2020. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. ADDENDUM to 52.212-1 The following addendum has been attached to this provision: Offeror's must address each of the technical requirements outlined in section "vi" a through h. Offerror's submissions must include the following information: Dun & Bradstreet Number (DUNS); North American Industrial Classification System (NAICS) Code; Contact Name; Contact Email Address; Contact Telephone and Fax Number; Complete Business Mailing Address. Offerors must submit the name and contact information of at least two relevant past performance references. Each Offeror shall submit Pricing as a separate document that shall include the format shown in section (v). Fixed monthly rates shall include all costs and fees. (ix)The provision at 52.212-2, Evaluation - Commercial Items, applies to this acquisition. This contract will be awarded on a Lowest Price Technically Acceptable basis. Vendors will be evaluated based on their adherence to the requirements set forth in Attachment B. a. Technical Acceptance: Quoter's shall address each of the technical requirements outlined in Attachment B. b. Past Performance Assessments: The Quoter's past performance will be evaluated on the basis of information contained in the Quoter's submission and the information that the Government obtains through reference checks or other means. The past performance evaluation will assess the Quoter's record of provided high quality services of a similar nature in a manner that ensures maximum accuracy, throughout, cost effectiveness and overall client satisfaction. Past Performance includes relevance of experience and past performance quality. c. Price Analysis: The Government will conduct its price analysis using one or more of the techniques listed below: 1. Comparison of proposed prices received in response to the solicitation. 2. Comparison of proposed prices with the independent government cost estimate. 3. Comparison of proposed prices with prices obtained through market research for the same or similar items. d. Options: The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quotation is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). The Government will evaluate FAR Clause 52.217-8 Option to Extend Services (Nov 1999). e. A written notice of award or acceptance if a quotation, mailed or otherwise furnished to the successful Quoter within the time for acceptance specified in the Quote, shall result in a binding contract without further action by either party. Before the Quoter's specified expiration time, the Government may accept a quotation (or part of a quotation), whether or not there are negotiations after its receipt, unless a written of withdrawal is received before award. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (March 2015), applies to this acquisition. The Quoter shall complete only paragraphs (b) of this provision if the Quoter has completed the annual representations and certification electronically via the System for Award Management 9SAM) Web site accessed through http://www.acqusition.gov. If the Quoter has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015), applies to this acquisition. The following addenda have been attached to this clause: Original invoices shall be emailed to:dfcops@fins3.dhs.gov with a courtesy going to the COR, Contracting Officer, and the Contract Specialist. (xii) The provision at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2015), applies to this acquisition. FAR 52.217-8, Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within thirty (30) days. The requirement contains FAR Subpart 52.217-8. The Government will evaluate this option by considering the process proposed for the base period and the option periods with the understanding that should the Government elect to utilize the FAR Subpart 52.217-8 clause, the scope of work and price will be exactly the same, other than period of performance, as the base period or option period being extended. FAR 52.217-9, Option to Extend Term of the Contract (March 2000). A. The Government may extend the term of this contract by written notice to the Contractor at any time within the term of the contract, provided that the Government gives the Contractor preliminary written notice of its intent to extend at least (60) days before the contract expires. The preliminary notice does not commit the Government to an extension. B. If the Government exercises this option, the extended contract shall be considered to include this option clause. C. The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 months. (xiii) The following additional clauses are cited: 52.204-7 Central Contractor Registration (APR 2008); FAR 52.209-2 (JULY 2009) Prohibition on contracts with corporate expatriates; 3052.242-72 Contracting Officer's Technical Representative. Full text of FAR clauses and provisions incorporated by reference can be found at www.arnet.gov and HSAR Clauses at http://farsite.hill.af.mil/VFHSARA.HTM (xiv) Rating under the Defense Priorities and Allocations System (DPAS) - N/A. (xv) Any requests for additional information or explanations concerning this document must be received no later than September 4, 2015 at 10:00 p.m. (EST). Offers are due no later than September 11, 2015 at 12:00 p.m. Eastern Time (EST) and must be submitted electronically (via email) to the individuals noted in section "xvi". A separate solicitation document is not available. (xvi) For more information regarding this solicitation please contact Ola Omishore, Contract Specialist, (202) 447-5535 / Ola.Omishore@dhs.gov or Ronald Jean-Baptiste, Contracting Officer at (202) 447-5705 / Ronald. Jean-Baptiste @dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-15-Q-00372/listing.html)
 
Record
SN03862277-W 20150830/150829000127-b440b9a158041dc480572a379ea7d58b (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.