Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2014 FBO #4625
SOLICITATION NOTICE

99 -- Federal Acquisition News Monitoring and Research Services - Attachment A - Attachment B

Notice Date
7/22/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519130 — Internet Publishing and Broadcasting and Web Search Portals
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-14-R-00058
 
Archive Date
8/22/2014
 
Point of Contact
Donald Nusbaum, Phone: 2024470163, Ronald Jean-Baptiste, Phone: 202-447-5705
 
E-Mail Address
donald.nusbaum@hq.dhs.gov, ronald.jean-baptiste@hq.dhs.gov
(donald.nusbaum@hq.dhs.gov, ronald.jean-baptiste@hq.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Past Performance Combined Synopsis (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.106, 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. The Government intends to award a Firm Fixed Price contract under Simplified Acquisition Procedures (SAP) using FAR Part 13. (ii) The solicitation reference number is HSHQDC-14-R-00058. This requirement is issued as a Request for Proposal (RFP). (iii) This RFP and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-73. (iv) This solicitation is a Full and Open Competition requirement. The associated North American Industry Classification System (NAICS) code is 519130, and the Small Business size standard is 500 employees. (v) The Contract Line Item Numbers, Items, Quantities, and Units of Measure are: See Attachment A (Schedule of CLINS and Performance Work Statement). The anticipated date for contract award is on or about September 28, 2014. (vi) The Contractor shall provide Federal Acquisition News Monitoring and Research Services in accordance with Attachment A, Performance Work Statement. (vii) Period of Performance: From September 28, 2014 to September 27, 2015 for a term of five years with a base year performance period and four additional one year option periods. Place of delivery and acceptance: The place of performance shall be at the Contractor's facility. Clause 52.217-8, Option to Extend Services (NOV 1999) - The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. If needed, the Government intends to exercise the option or options under FAR 52.217-8 without further competition or need for justification for other than full or open competition [or limited source justification or sole source justification]. For purposed of evaluation, the potential need to exercise the option under FAR 52.217-8 to extend the period of contract performance for the maximum period of six (6) months beyond the last option period will be considered the same for all offerors. In considering the pirce of the base period and any options periods, the Government will consider that if the extension of service clause (FAR 52.217-8) is exercised, it will be on the exact same rates and terms, other than length of performance, as the base or option period being extended. The Government will determine whether the price, inclusive of all options (including the options available under FAR 52.217-8), is fair and reasonable, and whether the price of the base period and all option periods (including the option(s) represented by FAR 52.217-8), in combination with the other evaluation factors specified in the solicitation, represents the best value to the Government." (viii) The provision at 52.212-1, Instructions to Offerors (FEB 2012)- Commerical, applies to this acquisition. The following adendum has been attached to this provision: Offeror must address each of the technical requirements outlined in section "vi". Offeror's submissions must include the following information: Dun & Bradstreet Number (DUNS); Northern American Industrial Classification System (NAICS) Code; Contact Name; Contact Email Address; Contact Telephone and Fax Number; Complete Business Mailing Address. Offeror's shall submit the name and contract information of at least three relevant Past Performance references using Attachment C. Each Offeror shall submit Pricing as a separate document that shall include the format shown on Attachment A. Fixed monthly rates shall include all costs and fees. The Offeror shall not submit more than one (1) page for their Pricing proposal. The Technical Capability proposal shall be no more than ten (10) pages. The Subcontracting Plan shall be no more than four (4) pages. The entire submitted proposal shall be no more than eleven (11) to fifteen (15) pages. This does not include the Past Perofrmance reference in Attachment C. No price information shall be in the Technical Capability proposal. (ix) the provision at 52.212-2, Evaluation (JAN 1999) - Commercial Items, applies to this acquisition. (a) The following factors shall be used to evaluate offers: Technical Capability, Past Performance, Subcontracting Plan, and Price. Technical Capability is significantly more important than Past Performance. Techincal Capability and Past Performance, when combined, are significantly more important than price. The Subcontracting Plan shall be submitted by Large Businesses only. The Subcontracting Plan will be based off of a Acceptable or Unacceptable rating scale. Small Business will automatically be rated as Neutral in the Subcontracting evaluation criteria. Proposals will be evaluated based on their adherence to the requirements set forth in the Performance Work Statement in Attachment A. In the Technical Capability Proposal the offeror shall submit a sample of the requirement addressed in Section 6.0 of the Performance Work Statement in Attachment A. (b) Options. the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Governemnt to exercise the options(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the sucessful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of wirthdrawal is received before award. (x) Far 52.213-3 Offeror Representations and Certifications (MAR 2012) - Commercial Items. The Federal Acquisition Regulation requires offerors to complete Representations and Certifications through the Online Representation and Certification Application (ORCA) at least annually as of January 1, 2005. The Offeror is hereby required to complete the ORCA via http://orca.bpn.gov prior to the response due date. (xi) The clause at 52.212-4, Contract Terms and Conditions (FEB 2012) - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None. Original invoices shall be e-mailed to: dfcops@fins3.dhs.gov with a courtesy going to the COR, Contracting Officer, and Contract Specialist. (xii) The provision at 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders (MAR 2012) - Commerical Items, applies to this acquisition. (xiii) The following additional clauses provisions are cited: 52.204-7 Central Contractor Registration (APR 2008); HSAR 3052.209-70 Prohibition on contracts with corporate expatriates; HSAR 3052.219-70 Small Business subcontracting plan reporting; HSAR 3052.219-71 DHS mentor-protege program; HSAR 3052.219-72 Evaluation of prime contractor participation in the DHS mentor protege program; and HSAR 3052.242-72 Contracting Officer's Representative. Full text of FAR clauses and provisions incorporated by reference can be found at www.arnet.gov and HSAR clauses at http://farsite.hill.af.mil/VFHSARA.HTM This announcement is open to all business regardless of size. All interested firms are reminded that in accordance with the provisions of Public law (P.L.) 95-507, the Small Business Act, they will be expected to place subcontracts with small and small disadvantaged firms to the maximum practicable extent consistent with the efficient performance of the contract. If a large business is selected for this contract, it must comply with FAR 52.219-9, Small Business Subcontracting Plan rearding the requirement for a subcontracting plan on the part of the work it intends to subcontract. The subcontracting goals for this contract currently are that a minimum of 43% of the Contractor's indended subcontract amount to be placed with small business (SB), including (1) small disadvantaged business (SDB), 5%; (2) woman-owned small business (WOSB), 5%; (3) HUBZone small business, 3%; and (4) service-disabled veternan-owned small business, 3%. A subcontracting plan is required with this submittal. (xiv) Rating under the Defense Priorities and Allocations System (DPAS) - N/A (xv) Any requests for additional information or explanations concerning this document must be received no later than 10:00 am Eastern Time (ET) on Monday, July 28, 2014. In order to receive responses to questions, offerors must cite the section, paragraph number, and page number. Proposals are due no later than Thursday, August 7, 2014 at 2:00 pm ET and must be submmitted electronically (vial email) to the individuals noted in section "xvi." (xvi) For more information regarding this solicitation please contact Donald Nusbaum, Contract Specialist, (202) 447-0163 or email at Donald.nusbaum@hq.dhs.gov or Ronald Jean-Baptiste, Contracting Officer, (202) 447-5705 or email at Ronald.Jean-Baptiste@hq.dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-14-R-00058/listing.html)
 
Place of Performance
Address: Contractor's office or place of residence., United States
 
Record
SN03433270-W 20140724/140722235041-8d422523795c8b5f7bc4c039ddbe53f2 (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.