SOLICITATION NOTICE
Z -- Earth Covered Magazine Repair - Package #1
- Notice Date
- 8/14/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238910
— Site Preparation Contractors
- 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, United States
- ZIP Code
- 20223
- Solicitation Number
- HSSS01-14-Q-0339
- Archive Date
- 9/2/2014
- Point of Contact
- David Leonard,
- E-Mail Address
-
david.leonard@usss.dhs.gov
(david.leonard@usss.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Provisions and Clauses Statement of Work This is a combined synopsis/solicitation for fixed price 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. Synopsis/solicitation number HSSS01-14-Q-0339 is issued as a full and open Request for Quotations (RFQ) (Unrestricted). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76, effective July 25, 2014. The North American Industry Classification System code (NAICS) is 238910, Site Preparation Contractors. The Product Service Code (PSC) is Z2GA, Repair or Alteration of Ammunition Storage Areas. The Department of Homeland Security (DHS) requires contractor support to furnish all required labor, materials, tools, and other incidental items to repair the exterior of three Earth Covered Magazines (ECMs) at a DHS facility in the Washington DC area. The objective of this effort is to prevent water from infiltrating existing ECMs. The basic solution must involve the use of a geomembrane installed above the ECMs as depicted in the attached Statement of Work (SOW). The delivery timeframe will be 120 days from the date that the government authorizes the contractor to proceed. The Government intends to award a single, firm-fixed price commercial purchase order for the Department of Homeland Security as a result of this RFQ. Purchase Order award will be made based on the lowest priced, technically acceptable (LPTA) offer that is received in response to the solicitation. 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. By submitting a response to this solicitation, the vendor will be self-certifying that neither the offeror nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. This Solicitation is comprised of: I. FORMAT AND SUBMISSION OF QUOTES II. PROVISIONS AND CLAUSES III. ADDITIONAL INFORMATION FOR OFFERORS ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ I. FORMAT AND SUBMISSION OF QUOTES Part A. Technical Proposal: Offerors must submit a written description of how work will be accomplished. The technical proposal must be structured to respond directly to each SOW section such that each proposal section corresponds directly to the SOW sections. A separate section shall be included at the end of the technical proposal that includes any assumptions inherent in the contractor's technical solution. (i.e. the government has made space available for temporary storage of construction debris, machinery, tools, etc.) The technical proposal is limited to 10 pages. Past Performance Examples of relevant past performance must be included as a separate attachment to the technical proposal. Past performance examples must reference projects that were similar in size, complexity, and scope. Any referenced example should also be from a recently completed project (within the last 2 years). Past performance examples should be limited to a maximum of three and the total page limit for this section is 6 pages. Past performance examples must provide the following information. 1. Contractor's Name/CAGE Code/ DUNS # and Place of Performance 2. Title of contract and award date 3. Procuring agency. Name and address of Contracting Activity 4. Procuring agency Point of Contact: Name, telephone number, and email address 5. Description of product or service 6. Contract number and type, e.g. FFP 7. Period of performance 8. Total Contract Dollar Value; at contract award and final 9. PPIRS (yes/no) - (Indicate whether or not any government past performance ratings have been completed and identify the last completion date and if it is currently in PPIRS) 10. Prime Or As Subcontractor for past contract 11. Customer's Procuring Contracting Officer (PCO) name, address, phone number, Fax number, and e-mail address, if possible. 12. Customer's Administrative Contracting Officer name, address, phone number, Fax number, and e-mail address, if possible. 13. Customer's Government Program Manager name, address, phone number, Fax number, and e-mail address, if possible 14. Relevancy - Concise assessment of the degree of relevancy the past performance for that contract has to the solicitation, identifying tasks and/or aspects of the effort undertaken on the contract that are relevant to the IIT Enabling Capabilities Program. Pricing: Offerors shall provide an itemized price quote that details all labor categories, rates, hours and extended prices, in addition to separately itemized materials, tools, incidental supplies, overhead, and profit required to complete the installation. There is no page limit for the price quote. Part B. Offerors must submit: 1) Technical, Past Performance, and Price proposal information as required in Part A of this solicitation. 2) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. If you have completed the annual representations and certifications electronically through the System for Award Management, then provide a statement as such and it will be verified. Part C. Following receipt of the information listed in Part B above, the government will evaluate all prospective offerors and make an award based on the lowest priced, technically acceptable offer. An award notification will be emailed directly to all interested parties. All documents required for submission of proposals must be sent to David Leonard via email at david.leonard@usss.dhs.gov. Hard copy or faxed quotes shall not be accepted. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ II. PROVISIONS AND CLAUSES See attachment entitled, "RFQ HSSS01-14-Q-0339 - Attachment 2 - Provisions and Clauses" under "packages" within FBO. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ III. ADDITIONAL INFORMATION FOR OFFERORS The deadline for Submission of quotes is 09/01/2014 by 12:00PM EDT. Questions regarding this RFQ must be submitted by 08/22/2014 no later than 12:00pm. Communications with other officials may compromise the competitiveness of this acquisition and result in cancellation of the requirement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/HSSS01-14-Q-0339/listing.html)
- Place of Performance
- Address: Washington DC Metro Area, United States
- Record
- SN03466366-W 20140816/140815000716-049af521ac60226cc8a95ba48eca994d (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 |