Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2011 FBO #3553
SOLICITATION NOTICE

Z -- Renovation and Re-Conditioning of eight (8) Hydraulic Barriers - Statement of Work

Notice Date
8/15/2011
 
Notice Type
Presolicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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
298247
 
Point of Contact
Greg Anderson, Phone: 202.406.6799
 
E-Mail Address
gregory.anderson@usss.dhs.gov
(gregory.anderson@usss.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Barrier Renovation - Modernization for JBAB Facilitly #298247 - FBO Announcement The Government intends to award a competitive, commercial, firm fixed priced type contract for the Renovation and Re-Conditioning of eight (8) Hydraulic Barriers used for vehicular access control (see attached for SOW) Contract award is intended to be made by 31 August 2011, or earlier, tentatively. Award will be made on Best Value to the Government. This is for commercial supplies. This solicitation is unrestricted. The North American Industry Classification System (NAICS) is 811310 Hydraulic equipment repair and maintenance services. This procurement shall be a two phase procurement : •1) Site Visit of the Barriers at the Joint Base Anacostia Bolling (JBAB) Facility •2) Technical priced Bid and Evaluation. The Site visit is planned for Friday, the 19 th of August 2011, 10 AM EST. Notification shall be made to the Contracting Officer 72 hours prior to the Site visit. All interested offorers are limited to two (2) representatives per company and must submit the following: a) Full Name b) Date of Birth c) Social Security Number d) Name of Company In addition, in order to gain access to the (JBAB) Facility with a vehicle, you must possess: a) valid Drivers License b) proof of Insurance, and c) Vehicle Registration The above information must be submitted to Contracting Officer Greg Anderson via email to gregory.anderson@usss.dhs.gov at least 72 hours before the site visit. It is mandatory that all participants of the site visit remain with the group. No wandering will be tolerated. Those who separate themselves from the site visit group will be escorted off the premises. Photography will be permitted only under the supervision of an authorized USSS official and all photos must be related to the fulfillment of this requirement. The Site visit is not Manadatory, but encouraged. The Technical proposal must be in adherence to the Statement of Work. Potential offerors are hereby notified that the solicitation and subsequent amendments to the solicitation will only be available by downloading the documents at the Federal Business Opportunities Website at http://www.fbo.gov. This office will not issue hard copy solicitations. By submitting a proposal, the vendor will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency The second phase of the procurement is the Technical proposal and Bid. All Bids are to be delivered in electronic format to Gregory.anderson@usss.dhs.gov. Bids are Due 24 August 2011 at 1000 AM EST. EVALUATION FACTORS: Technical, past performance, and price. The factors will be evaluated as follows: 1) Technical : Sub-factor A: Methodology Sub-factor B: Capability Statement 2) Past Performance : The Government shall assess risks associated with offeror's past performance in the following areas: Timely delivery of services, Technical quality, and Business-like concern for the interests of the customer. The government reserves the right to review all relevant information in PPIRS for each offeror's past performance and include all information found for evaluation purposes. Any deficiencies found in past performance but were found to be corrected that resulted in a successful contract will be taken into consideration, but may not reflect a negative rating if it was corrected. Deficiencies found that resulted in a negative impact to the Government and the successful outcome of past contracts will result in a negative rating. 3) Price : The offeror's price will be evaluated in terms of price reasonableness and risk. Pricing will be evaluated and analyzed to determine if the proposed price is realistic and will not propose a risk to the Government in the future. Pricing for award terms will also be analyzed and evaluated. All sub-factors under technical are of equal importance. Technical Capabilities are equal to Past Performance. When combined, the non-price factors are of significantly greater importance than price. The award shall be made to the responsible Offeror whose proposal is determined to best meet the needs of the Government after consideration of all factors, that is, the proposal that provides the best value to the Government. Best value is defined as the offer that results in the most advantageous acquisition decision for the Government as determined by an integrated assessment and trade-off analysis among non-price and price factors. The Government may award any resulting contract to other than the lowest priced Offeror, or other than the Offeror with the highest non-price rating if the determination is made that that is the best value. Reference number #298247. The solicitation is posted on 15 August 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/298247/listing.html)
 
Place of Performance
Address: Joint Base Anacostia Bolling (JBAB) Facility, Washington, District of Columbia, United States
 
Record
SN02534816-W 20110817/110815235505-acb76ea2eb206b2314dd3b5b3d82742a (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.