SOLICITATION NOTICE
T -- 3D Animators - RFI
- Notice Date
- 9/8/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541430
— Graphic Design Services
- 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-R-0091
- Archive Date
- 10/4/2014
- Point of Contact
- Linda D. McAdams, Phone: 2024066788
- E-Mail Address
-
linda.mcadams@usss.dhs.gov
(linda.mcadams@usss.dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation Instructions, SOW 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. Proposals are being requested for submission, and a written solicitation will not be issued. Synopsis/solicitation number HSSS01-14-R-0091 is issued as a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58 dated May 18, 2012. The North American Industry Classification System code (NAICS) is 541430 - Graphic Design Services. The Product Service Code (PSC) is T001 - Arts and Graphics Services. The United States Secret Service intends to award a single award, Firm Fixed Price (FFP) contract for two (2) 3D Animators to produce virtual 3D models of non-sensitive sites of interest to the United States Secret Service (USSS) for the prevention of Terrorism f or a one year period of performance. The offeror's pricing should be all inclusive for all costs for the entire year's period of performance. ** The highest rated offeror(s) will be notified and shall be required to provide Offeror's candidates shall be required to complete a telephone interview and present examples of prior work. The interview will be conducted by a panel of USSS subject matter experts (SMEs) and FSD Branch Chief. Offeror's Candidates may be presented with a short practical exercise is to confirm the capabilities of the proposed contractor. 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 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. This Solicitation is comprised of: I. DESCRIPTION OF REQUIREMENTS II. INVOICE INSTRUCTIONS III. TERMS AND CONDITIONS IV. INSTRUCTIONS TO OFFERORS AND EVALUATION ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ I. REQUIREMENT DESCRIPTION See attached 3D Modeling Requirements. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ II. INVOICE INSTRUCTIONS See attached ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ III. TERMS AND CONDITIONS See attached ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ IV. INSTRUCTIONS TO CONTRACTORS AND OFFER AND EVALUATION See attached ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ FORMAT AND SUBMISSION OF QUOTE Part A. Pricing - Offerors shall propose one fully burdened hourly labor rate for each of the labor categories for the twelve month period. These hourly labor rates will be in effect for that twelve month period regardless of the numbers of hours worked. The evaluation factors are presented in descending order of importance. Part B. Contractor Information: 1) Provide the name, title, telephone number, fax number, and email address of the point of contact. 2) Provide the contractor's nine-digit DUNS and nine-digit TIN. DUNS is used to verify that the vendor is in SAM. The Taxpayer Identification Number is necessary for electronic payment. By submitting a proposal, the Offeror acknowledges the Government requirement to be in the System Award Management (SAM) database prior to award of any contract. Information about SAM may be found at www.sam.gov. 3) Contractors who have not completed the annual representations and certifications electronically through ORCA at http://orca.bpn.gov, must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. · Part C. Technical Response The page limit is 50 pages. Do not include Part A Pricing & Availability or Part B Contractor Information in Part C Technical Response. Technical Responses shall include, but are not limited to; detailed description of how your product meets each of the requirements listed in the attached requirements document, 3D modeling. · Detailed description of any innovative or specialized features exceeding the requirements that benefits the USSS. · Recent and relevant past performance information which includes a minimum of three (3) references. (Recent is defined as having been awarded and performed in the past three (3) years). Include: Company name, contact name, title, email, phone number, contract #, contract amount, period of performance, description of product/service. Also include 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 ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ III. EVALUATION FACTORS The Government will award a FFP contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Technical Ability/Experience and past performance, when combined are more important than when compared to cost/price. The Government intends to evaluate the proposal on the following factors: 1) Technical Ability/Experience; 2) past performance; and 3) price. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ SUBMISSION OF PROPOSALS The deadline for questions is 10:00 am EST, Wednesday, September 17, 2014. All documents required for submission of quote must be sent to Linda McAdams via email to Linda.McAdams@usss.dhs.gov. Hard copy or faxed proposals shall not be accepted. All proposals must be submitted via email to Contracting Officer via Email at linda.mcadams@usss.dhs.gov NO LATER THAN Friday, September 19, 2014 at 0700 ET). Please see attached SF1449 and Solicitation Text for additional details.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/HSSS01-14-R-0091/listing.html)
- Place of Performance
- Address: 950 H Street, NW, Washington, District of Columbia, 20223, United States
- Zip Code: 20223
- Zip Code: 20223
- Record
- SN03501524-W 20140910/140909023244-f6329ced4a62a0246a785260209da921 (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 |