Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 10, 2019 FBO #6528
MODIFICATION

R -- Guard Services - Amendment 1

Notice Date
10/8/2019
 
Notice Type
Modification/Amendment
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Department of Justice, Bureau of Alcohol, Tobacco and Firearms (ATF), Administrative Programs Division (APD), 99 New York Avenue, NE, 3rd Floor - Acquisitions, Washington, District of Columbia, 20226
 
ZIP Code
20226
 
Solicitation Number
19R00000056
 
Archive Date
11/15/2019
 
Point of Contact
Simone Rittenhouse, Phone: 202-648-9131, Jeannine Beavers,
 
E-Mail Address
simone.rittenhouse@atf.gov, Jeannine.beavers@atf.gov
(simone.rittenhouse@atf.gov, Jeannine.beavers@atf.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Amendment one Q&A period clarification The offeror shall submit its proposal via email in Microsoft Word or Adobe Acrobat (Volumes 1-3) and Microsoft Excel or Adobe Acrobat (Volume 4) to simone.rittenhouse@atf.gov and Jeannine Beavers@atf.gov by 1PM EST on Thursday, October 31, 2019: Late proposals will not be evaluated. TECHNICAL & PAST PERFORMANCE PROPOSAL SHOULD BE SENT TO hqlabproposals@atf.gov ONLY) 1) Volume I - Introduction (page limitation excluding ORCA is 10): Section 1 - Executive Summary. Provide a letter formally transmitting the proposal. Identify the name, address, e-mail address, telephone and facsimile transmission number of the person(s) whom has the contractual authority and can be contacted concerning any questions about this offer. Also, include the following as attachments to the letter: • A table of contents that documents the content (volume number, number of pages) of the proposal (introduction, past performance, and price). • A document containing the following information: o Name, address, telephone number, facsimile number, e-mail address, cage code, and DUNS number of the contractor and of any corporate affiliate at which work is to be performed. The DUNS number will assist the CO in reviewing the offeror's Online Representations and Certifications (ORCA) record to ensure proper certification of business size, tax delinquency, etc. Section 2 - Contractual Documents • Tab A -- Standard Form (SF) 1449, Offer, and Award. o This tab shall contain a completed and signed copy of the SF 1449 and a signed copy of each amendment, if any, to the RFP. An official authorized to bind the company shall sign the SF 1449, Offer, and Award and all certifications requiring original signature. An acrobat file, ".pdf", shall be created to capture the signatures for submission. • Tab B -- Exceptions/Alternatives (Terms and Conditions). o Offerors are cautioned that they take exception to any Terms and Conditions of the RFP at their own risk. The Government may, at its option, reject an offer which contains any such exceptions. o Nonetheless, any exception taken by the Offeror, at its own risk, shall be identified in this tab. The Offeror shall clearly identify the paragraph and term or condition to which the exception is being made and include appropriate rationale for any such exception. o Suggested, optional wording changes (to include clarifications and addenda) to any terms and conditions of the RFP shall be identified in this part. The Government may at its option accept or reject any such changes. If accepted, it may be necessary to amend the RFP and to discuss the changes with other Offerors. o If no exceptions are taken, the Offeror shall include the following statement in this part of the proposal: "[Name of Offeror] takes no exception to any terms and conditions of Solicitation No. 15A00019R00000056"   2) Volume II - Past Performance The Offeror shall provide references for three contracts/task orders with the Federal Government and/or commercial customers that demonstrate recent and relevant past performance of similar scope, size and complexity on guard services. Recent is defined as within the last three years. Relevant is defined as work which is the same or similar in complexity, magnitude, and type of the work described in the Section C, Statement of Work. Offerors are instructed to send requests for references to the referenced party with instructions that they, in turn, should complete the Past Performance Survey (Attachment 2) and send the information directly to the Bureau of ATF Contracting Officer, Simone Rittenhouse, at simone.rittenhouse@atf.gov and Jeannine.Beavers@atf.gov by the proposal due date and time. Please ensure the RFP number is identified on each past performance reference. The Offeror shall provide telephone, fax, and email points of contact for the technical and contractual personnel with each referenced project as well as a description of the referenced contracts/task orders. Contract Descriptions. The description of each contract and subcontract shall include the following information in the task order listed: (a) Contract number. (b) Title of Program/Project. (c) Contract type. (d) Period of performance. (e) Awarded price. (f) Final, or projected final, price. (g) Original delivery schedule. (h) Final, or projected final, delivery schedule. (i) Government/Commercial Contracting activity, address, telephone and FAX numbers, and e-mail address. The Government may also consider information obtained through other sources. Past performance information will be utilized to determine the quality of the contractor's past performance as it relates to the probability of success of the required effort. In this section, the Offeror will include demonstrated and relevant corporate experience, including subcontractors and teaming partners, in performing projects requiring the type of services solicited. 3) Volume 3 - Technical. The technical proposal shall contain sufficient information to ensure a complete analysis of the Offeror's proposal. All available information pertaining specifically to the requirements in Section C shall be included, as well as any other information that the Offeror believes would demonstrate its ability to successfully accomplish the work. The Offeror shall submit the information in the technical proposal in the following order: (1) Technical/Management Approach: The Offeror shall demonstrate its complete understanding of ATF's tasks by fully describing its proposed technical approach to perform each of the tasks specified under the SOW. The Offeror shall identify any barriers that it would conceivably encounter in pursuing the required work and make specific proposals for their solution. The Offeror shall include a management plan for how it intends to accomplish, administer, and manage the tasks in the SOW. If the Offeror proposes subcontractors and/or teaming arrangements, the management plan shall explain to what extent subcontractors and/or team members will be involved in the performance of the proposed tasks, and how the Offeror will manage the subcontractor and/or team member participation. (d) Volume 4 - Price (PRICING PROPOSALS SHOULD ONLY BE SENT TO SIMONE RITTENHOUSE & JEANNINE BEAVERS EMAIL ONLY) General. The Offeror shall ensure that all information is presented in an organized fashion to allow ATF to understand the cost of the work to be performed. The award resulting from this RFP shall be Firm-Fixed Price Requirements. In order to assess price reasonableness and amount: • The Offeror shall present the information in electronic format via email using Adobe Acrobat or Microsoft Excel. • Section B contains specific pricing instructions that shall be followed in developing the price proposal. Section 1 - Section B, Pricing Offerors shall submit their pricing in accordance with Section B.1 of the SF-1449. The Offeror shall be responsible for fully pricing out their solution, ensuring that all requirements in the SOW are met. The pricing volume must contain sufficient information to allow the contracting officer to perform an analysis of the proposed price. The Offeror must include sufficient detail and any support material necessary to determine price reasonableness. 4. FORMAL COMMUNICATIONS (a) The RFP and amendments will be made available via email from the Contracting Officer. (b) The offeror is advised to monitor its email account(s) continuously in order to obtain information in a timely manner. (c) All questions pertaining to this RFP shall be addressed to the Contracting Officer, Simone Rittenhouse via e-mail at simone.rittenhouse@atf.gov and Jeannine Beavers via email Jeannine.Beavers@atf.gov. In order to issue pertinent and timely RFP amendments, all offeror's questions must be received no later than 1PM EST on Thursday, October 31 2019. 5. CONFLICT OF INTEREST Any contractor (or member of its team and/or subcontractor) having a conflict of interest as defined under FAR Part 9.5 must identify the conflict as soon as it is known and provide a recommended mitigation plan. Mitigation plans are required whenever a competing contractor has had unequal access to non-public information regarding this requirement and/or competition, or has assisted the Government in defining the requirements or evaluation criteria. The government will review technical acceptability, past performance and price. AMENDMENT ONE has been posted as of 10/8/2019 The purpose of this amendment is to SHORTEN the period for the Q&A so that all prospective vendors can recieve responses in a timely manner. The Q&A period WILL END on October 22 5:00 PM EST Please see attachment for further details
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BATF/APMD/19R00000056/listing.html)
 
Place of Performance
Address: 99 New York Ave. NE Washington, DC & 6000 Ammendale Rd Beltsville, MD 20705, United States
Zip Code: 20705
 
Record
SN05470724-W 20191010/191008230601-ab5f3b06e0f0df10e9dba641009b3bec (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.