Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 20, 2010 FBO #3252
SOLICITATION NOTICE

S -- Lifeguard Services - statement of work

Notice Date
10/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
713990 — All Other Amusement and Recreation Industries
 
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
236944
 
Archive Date
11/11/2010
 
Point of Contact
Cheryl A Bernhard, Phone: (202) 406-6826
 
E-Mail Address
cheryl.bernhard@usss.dhs.gov
(cheryl.bernhard@usss.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
performance summary matrix statement of work 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. Solicitation number 236944 is issued as a Request for Proposals (RFP). The U.S. Secret Service (USSS) has a requirement for lifeguard services for an indoor training tank/swimming pool located in Laurel MD. The services required are in accordance with the attached statement of work. The contract period of performance will be from date of award through September 30, 2011 for a base period, with four (4) twelve month option periods. The Government intends to award a competitive firm fixed price contract. BASE YEAR: CLIN 0001 (beginning 12/1/10 through 9/30/11); OPTION CLIN 0002 (10/1/11 through 9/30/12); OPTION CLIN 0003 (10/1/12 through 9/30/13); OPTION CLIN 0004 (10/1/13 through 9/30/2014); OPTION CLIN 0005 (10/1/14 through 9/30/2015). The Offeror shall submit a proposal for the base and four option period line items required in accordance with the Statement of Work. The offeror's proposal shall include a resume and qualifications for the proposed contractor personnel. The contractor shall provide the most relevant personnel capable of performing the type of tasking as stated in the statement of work. Key points of interest are: (i) Expertise in the field; (ii) Work experience for the past five (5) years with the name and phone number of each supervisor during the past five year period; (iii) Qualifications and/or education background; and (iv) Accomplishments, achievements and awards related to the requirements of this Request for Proposal. SPECIAL PROVISIONS : Contractor personnel proposed to work under this contract shall be U.S. Citizens. They shall be subject to and successfully pass Police background investigations prior to being admitted into a Secret Service facility. Upon contract award, the contractor will be provided with U.S. Secret Service contractor personnel access forms. Within five (5) days of contract award, the contractor shall submit these completed contractor personnel access forms to the Contracting Officer's Technical Representatiave. 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. The Government reserves the right to eliminate any offeror from the competitive range 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 hall not exceed more than 15 typed pages. The proposal submitted shall include the following: I. Technical a. Resumes for personnel qualifications and to show experience and certifications b. Capability Statement II. Past Performance: Provide 3 references III. Pricing: Provide a firm fixed price for one year and each of the option years IV. Provide filled out FAR Clause 5.212-3 All proposal documents listed above shall be submitted in electronic format and emailed to Cheryl Bernhard at Cheryl.bernhard@usss.dhs.gov by no later than 27 October 2010, 0900 EST. Hard copy proposals will not be accepted. EVALUATION : Award will be made to the lowest priced technically acceptable offeror. In order to be technically acceptable, the offeror shall be rated as satisfactory or higher for technical and past performance factors. If an offeror is found to be technically unacceptable by receiving a marginal or unsatisfactory based on technical and past performance factors then the offeror will be eliminated from the competition. The technical factors are as follows: Certification: The offeror is required to possess certifications for American Red Cross Pool Lifeguards and CPR training Experience: The offeror shall provide resumes of the lifeguards that will be working on this contract. In addition to having certifications listed above, they shall also have at least 2 years experience as a lifeguard. The offeror shall also state their experience as a company in providing this type of service. Offerors will be rated on their capability of performing this requirement. Past Performance: The Government will conduct a past performance evaluation based upon the relevant past performance of the offeror and any subcontractors as it relates to the probability of successful accomplishment of the work required by the solicitation. The contractor shall submit at least three references for relevant (similar size, scope, complexity) past performance during the past three years. The submission of all references shall include the following information: Contract Number(s) Current contact information (Email, phone, etc.) of point of contact at the Federal, State, Local Government or Commercial entity for which the contract was performed. Dollar value of the Contract. Detailed description of the work performed. Names of subcontract(s) used, if any, and a description of the extent of work performed by the subcontract(s). The number, type and severity of any quality, delivery or cost problems in performing the contract, the corrective action taken and the effectiveness of the correct action. Whether work was performed as a prime- or sub-contractor The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central contractor registration (JUL 2006) 52.212-1 Instructions to Offerors-Commercial Items (SEP 2006); 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2006) ALTERNATE I (APR 2002) ( The offeror shall complete the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications - Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer. A copy of the offeror's completed record from ORCA shall be printed and submitted with the offer ). 52.212-4 Contract Terms and Conditions-Commercial Items (SEP 2005); 3052.209-70 Prohibition on contracts with corporate expatriates. (JUN 2006) ; Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (NOV 2006) The following clauses apply and are incorporated by reference: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) 52.233-3, Protest after award, 52.222-3, convict labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and 52.203-6 Restrictions on subcontractor sales to the government, with alternate I; 52.219-8 Utilization of small business concerns USSS-70 "Unauthorized use of Secret Service Name" in accordance with 18 U.S.C. 709, In accordance with 18 U.S.C. 709, any contractor, except with the written permission of the Director of the U.S. Secret Service, who knowingly uses the words "Secret Service", "Secret Service Uniformed Division", "U.S.S.S.", "U.D." or any colorable imitation or such words or initials, in connection with or as a part of any advertisement, circular, book, pamphlet or other publication, play, motion picture, broadcast, telecast, other production, product or item, in a manner reasonably calculated to convey the impression that such advertisement, circular, book, pamphlet or other publication, product, or item, is approved, endorsed, or authorized by or by associated in any manner with, the U.S. Secret Service or the U.S. Secret Service Uniformed Division shall be punishable as follows: a corporation, partnership, business trust, association, or other business entity, by a fine under this title; an officer or member thereof participating or knowingly acquiescing in such violation or any individual violating this section, by a fine under this title or imprisonment for not more than one year, or both. These FAR Provisions and Clauses may be accessed via the world wide web at: http://www.arnet.gov/far/, www.dhs.gov. Telephone requests for copies of FAR Provisions and/or Clauses will not be accepted. Reference requisition number 236944, on your proposal. This requirement is set aside 100% small business. NAICS 713990.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/236944 /listing.html)
 
Place of Performance
Address: Laurel, Maryland, 20707, United States
Zip Code: 20707
 
Record
SN02312530-W 20101020/101018233753-7616de3b1d3274b28f2b8c64c9ba1c8f (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.