Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2012 FBO #3770
SOLICITATION NOTICE

F -- RTC Geese Mitigation - Pricing Spreadsheet - RFQ.HSSS01-12-Q-0051 - Past Performance Form - Statement of Objectives_Geese Mitigation - DoL_Wage Determinations

Notice Date
3/19/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813312 — Environment, Conservation and Wildlife Organizations
 
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
HSSS01-12-Q-0051
 
Archive Date
4/18/2012
 
Point of Contact
ERICKA LANDRY,
 
E-Mail Address
ERICKA.LANDRY@USSS.DHS.GOV
(ERICKA.LANDRY@USSS.DHS.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 4 Attachment 1 Attachment 2 This is the RFQ Attachment 3 1. This a combined synopsis/solicitation for commercial services 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. 2. Solicitation HSSS01-12-Q-0051 is being issued as a request for quote (RFQ). This notice and the incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) and the Homeland Security Federal Acquisition Regulation Supplement (HSARS). All responsible sources may submit a proposal. 3. This acquisition is associated North American Industry Classification System (NAICS) code is 813312 - Environment, Conservation, and Wildlife Organizations with a small business size standard of $14,000,000.00. SEE ATTACHED RFQ & SOO FOR REQUIREMENT DETAIL AND SPECIFICATION. Contract Line Items: Provide a quotation for contract line item(s) for a base year with three one-year option periods: Geese Mitigation Services for the James J. Rowley Training Center (JJRTC) Delivery: Laurel, Maryland. Place of Performance: James J. Rowley Training Center Campus FOB: Destination, unless specified differently in the award the supplier is responsible for inspection and quality control requirements. Contract Lines Items: In pricing the service, clins should be structured with sub-clins breakout which lists the costs that make up the main clin. CLIN 0001: Base Year, Geese Mitigation JJRTC Sub-clin0001aa CLIN 0002: Option Year 1, Geese Mitigation JJRTC Sub-clin0001aa CLIN 0003: Option Year 2, Geese Mitigation JJRTC Sub-clin0001aa CLIN 0004: Option Year 3, Geese Mitigation JJRTC Sub-clin0001aa CLIN 0005: Option Year 4, Geese Mitigation JJRTC Sub-clin0001aa 4. FAR Clauses 52.212-1 through 52.212-5 apply to this procurement. Proposals will be evaluated under the provisions of FAR Part 12, 52.212-2 Commercial Items-see modified provision, and FAR 15, Contracting by Negotiation. The responsible offerors must be registered in the Online Representations and Certifications (ORCA) database (available at: http://orca.bpn.gov/) system per FAR 52.212-3, and submit a completed copy of the Offeror Representations and Certifications - Commercial Items with their quote. Offerors must also be registered in the Central Contractor Registration database (available at: www.ccr.gov) per FAR 52.212-1. Lack of registration in CCR will qualify contractor as ineligible for award. For the exact text and wording of clauses and provisions please see http://farsite.hill.af.mil. The Government contemplates an award of a Firm-Fixed Priced Blanket Purchase Agreement (BPA) resulting from this solicitation. 5. Quote Deadline. Offers are due Tuesday April 3, 2012 5:00 p.m. Eastern Standard Time (EST). Questions are due Friday, March 22, 2012 10:00 a.m. Eastern Standard Time (EST). Inquiries submitted via telephone will be re-directed to an e-mail submission. Submit offers or any questions to Ms. Ericka Landry and copy Mr. Charles Keeney via email: Charles.Keeney@usss.dhs.gov. Offerors who fail to complete and submit quotes in accordance with the requirements above may be considered non-responsive. *E-mailed proposals are preferred; however, Facsimile proposals maybe accepted - Contact Contract Specialist for prior approval. Offeror's are responsible for ensuring proposals are submitted properly, not limited to ensuring my e-mail address is correct. Proposals are to be submitted to Ms. Ericka Landry for acceptance; simply submitting proposals to Charles Keeney is not acceptable. 6. Contact the following individual for information regarding this solicitation: Ericka Landry Contracting Specialist Ericka.Landry@usss.dhs.gov 7. Number of Contracts to be awarded. The USSS intends to award to one contractor; however, reserves the right to not award a contract, as it is dependent upon the quality of the proposal/quote submitted and availability of funds. 8. Rejection of Unrealistic Offers. The Government may reject any proposal/quote that is evaluated to be unrealistic in terms of program commitments, including contract terms and conditions, or unrealistically high or low in cost/price when compared to Government estimates, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program. 9. The contractor shall be responsible for submitting a performance work statement proposal in accordance with the statement of objectives (SOO) an attachment to this combination synopses/solicitation. 10. Acceptance shall be made at destination.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/HSSS01-12-Q-0051/listing.html)
 
Place of Performance
Address: Maryland, United States
 
Record
SN02700380-W 20120321/120319235911-b0ef8363f9266345714139d393a96768 (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.