Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2009 FBO #2796
SOLICITATION NOTICE

T -- Blueprint Scanning and Inventory

Notice Date
7/21/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561439 — Other Business Service Centers (including Copy Shops)
 
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
USSS188186
 
Archive Date
8/20/2009
 
Point of Contact
April C. Delancy, Phone: 2024066808
 
E-Mail Address
april.delancy@usss.dhs.gov
(april.delancy@usss.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined Synopsis/Solicitation, Request for Quotations (RFQ) Number 188196, for commercial items (blueprint scanning services), prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice (the text of FAR paragraphs referenced herein may be found at www.arnet.gov/far). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. The provisions at FAR 52.212-1, "Instructions to Offerors-Commercial," apply to this acquisition. This is a 100% small business set-aside. The NAICS code is 541990 and the size standard is $6 million average annual receipts for the past 3 years. All interested small businesses are invited to submit proposals for consideration and award of a Purchase Order. STATEMENT OF WORK: The Administrative Operational Division (AOD), United States Secret Service (USSS) is initiating an Asset Management System which will incorporate and maintain blueprints for the Facilities Management Branch. The USSS is seeking a company that will provide the methodology and personnel that will conduct an inventory and conversion of approximately three hundred and fifty building plans and blueprints into a form that will be utilized by an Asset Management system. The proposed inventory will take place solely in the confines of USSS controlled facilities during normal hours of operation. The individuals who are associated with this project must have a minimum clearance of "SECRET" and meet all security requirements of the USSS. The work that will be performed is the following: 1. Develop conventional inventory methods and procedures for correlating and scanning blueprints. 2. Establish the method and manner for converting hard copies into electronic format, a. apply the most effective methods b. utilize any matrix that was developed 3. Provide for the standard description of items. 4. Perform the scanning of blueprints and plans. The conversion should be completed in a timely manner that would not adversely affect AOD Facilities Management operation. The inventory results should be delivered in less than five business days after the conclusion of the inventory and conversion. The Government will provide the description of the catalog item when there is any doubt. Deliverables: The final product should be in the form of two bound hard copies of the inventoried blueprints with an "as of date," and an identical copy of the inventoried blueprints should be on an electronic storage medium that can be uploaded to the USSS Asset Management System (Sun Flower Asset or TMA System). The Contractor will provide the Government, on electronic media, the scanned blueprints in PDF and Autodesk AutoCAD formats. The original AutoCAD and Adobe software will be return to the Government. If Government provided or purchased equipment is not utilized then any equipment used in this project must be preauthorized by USSS before that equipment could be placed in USSS facility. None of the equipment used will be provided network connection or allowed external internet correction. FAR paragraphs 52.212-2, "Evaluation-Commercial Items," and 52.212-4, "Contract Terms and Conditions-Commercial Items," apply to this solicitation. Evaluation criteria to be used to determine the successful offeror are Efficiency, Timely Performance, Quality Assurance, Ability to work without disruption of office functions, Past Performance and Price. These technical factors are listed in order of importance and, when combined, are more important that price. As technical capabilities become more equal, price will increase in importance. FAR paragraph 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Order -Commercial Items," also applies to this acquisition; the following FAR clauses listed therein, in subparagraph (b), are included by reference: 52.219-6; 52.222-21, 52.222-26, and 52.222-36 (applicable to task orders that exceed $10,000); 52.222-35 and 52.222-37 (applicable to task orders that exceed $25,000). HSAR Clause 3052.209-70 Prohibition on contracts with corporate expatriates. (JUN 2006) and USSS Clause USSS 3052.204-90 Unauthorized Use of the U.S. Secret Service Name are also hereby incorporated by reference. All offerors must be registered with the Central Contractor Registration (CCR) to receive an award. (You may register easily and quickly on-line at www.ccr.gov/vendor.cfm.). Offerors should submit a brief technical proposal in addition to their pricing proposal in support of their ability to meet the requirements of the Statement of Work. This proposal should include sufficient information to allow evaluation of the factors as stated above. Include the name of the technical representative and/or project manager for each project, along with their e-mail contact information, telephone and facsimile numbers. (Government representatives may use past performance information obtained from sources other than those references provided by the potential appraiser.) Complete and submit FAR clause 52-212-3, "Offeror Representations and Certification." Submit your proposals (and any questions) electronically to the April Delancy, at april.delancy@usss.dhs.gov (ph. 202-406-6808), no later than 12:00 noon Eastern Time, August 5, 2009. Earlier submission is encouraged
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/USSS188186/listing.html)
 
Place of Performance
Address: 950 H Street NW, Washington, District of Columbia, 20223, United States
Zip Code: 20223
 
Record
SN01882432-W 20090723/090722001157-4422a06359c37a9a3974bf5c4ccbcd6b (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.