Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 23, 2015 FBO #4898
SOLICITATION NOTICE

H -- Medical Gas Verification Testing - Provisions and Clauses - Statement of Work

Notice Date
4/21/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, National Continuity Branch, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, Virginia, 20135, United States
 
ZIP Code
20135
 
Solicitation Number
HSFE50-15-Q-0017
 
Point of Contact
Phyllis H. Woodward, Phone: 5405425281
 
E-Mail Address
Phyllis.Woodward@fema.dhs.gov
(Phyllis.Woodward@fema.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
HSFE50-15-Q-0017 ATTACHMENT A - Statement of Work HSFE50-15-Q-0017 - ATTACHMENT B - List of Provisions and Clauses This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This combined synopsis/solicitation is being issued as Request for Quotation (RFQ) No. HSFE50-15-Q-0017. It will result in the award of a firm fixed price, all-inclusive, contract for medical gas verification testing of medical gas equipment located at the Department of Homeland Security, Federal Emergency Management Agency, Mt. Weather Emergency Operations Center (DHS, FEMA, MWEOC), 19844 Blue Ridge Mountain Road, Mt. Weather, VA 20135-2006. Please refer to the Statement of Work which is provided as ATTACHMENT A for the specific requirements of performing these services. The period of performance will be established as a one year base and four consecutive one year option periods. Potential offerors must have an active Defense Security Services (DSS) TOP SECRET facility security clearance for the prime and any proposed subcontractors at the time proposals are submitted; and personnel working at the MWEOC will be required to have active Defense Security Services (DSS) TOP SECRET clearances, as well. The RFQ clauses and provisions are those in effect thru Federal Acquisition Circular 2005-81, effective 04/10/2015. The NAICS codes applicable to this requirement are 238990 or 541380; small business size standards $15 million. This procurement is a small business set aside. Only one award will be issued as a result of this solicitation via the issuance of simplified acquisition/commercial item purchase order or a delivery order under a GSA Schedule contract. Please include all applicable Government discounts in your offer. FAR Provisions 52.212-1, 52.212-4 and 52.212-5 apply to this acquisition. Offerors are to include a completed copy of FAR provision 52.212-3 "Offeror Representations and Certifications--Commercial Items" with their response or provide this information via the System for Award Management (SAM) website, https://www.sam.gov/portal/public/SAM/. The successful offeror must provide their company DUNS number which is registered and active in the System for Award Management (SAM). The Contractor's pricing proposal should contain costs for performing medical gas verification testing in accordance with the Statement of Work during the base period of performance and each of the four one year option periods. FEMA is a tax exempt agency; please do not include sales tax on your pricing proposal. A list of provisions and clauses applicable to this RFQ is provided as ATTACHMENT B. BASIS FOR AWARD: The Government will make award to the responsible/responsive offeror whose offer will be most advantageous to the Government based on lowest price/technically acceptable factors. In order to be found technically acceptable, the offer must address the following: • Technical Approach, Expertise and Experience - The Contractor must provide a comprehensive technical approach for providing medical gas verification testing of DHS, FEMA, MWEOC's medical gas equipment as specified in the Statement of Work. The Contractor must also demonstrate an understanding of the work to be accomplished and address their expertise and experience in performing medical gas verification testing on similar medical gas system equipment as identified in the Statement of Work. • Personnel Qualifications/Staffing Plan - The Contractor must provide the resumes of their proposed Program Manager, as well as all technical personnel who will be performing work under this contract. Resumes should include education and experience, relevant certifications, and security clearances. Technical personnel performing work under this contract must be ASSE-6030 certified. A copy of the ASSE-6030 certification for each technician performing medical gas verification testing under this contract must be submitted with the Contractor's proposal. In addition, individual TOP SECRET security clearances are required for all staff performing work at the MWEOC facility. Offerors should also provide a detailed staffing plan to address routine contract performance. The plan should address continual coverage of the basic services, including sufficient qualified personnel with TOP SECRET clearances to cover employees on leave or at training. Offerors should address the plan to provide active TOP SECRET Facility Clearances for the prime and any proposed Subcontractors at the time the proposal is submitted, and to maintain such facility clearances after award. Offerors should provide a current copy of the Industrial Security Facilities Database (ISFD) facility verification for their own company, and any proposed Subcontractors. In addition, the Contractor must provide evidence that their personnel performing work at the MWEOC have active Defense Security Services (DSS) TOP SECRET clearances. • Past Performance - The Contractor must provide the name, telephone number and email address of a current point of contact for three references that are able to substantiate the offeror's capabilities to perform medical gas verification testing in accordance with the Statement of Work. QUESTIONS - Questions regarding this RFQ are to be submitted in MS Word format to Phyllis.Woodward@fema.dhs.gov by 1:00 PM Eastern on Monday, 05-04-2015. Hand deliveries and/or faxes of questions will not be accepted without prior approval. Additionally, the subject line of your email shall, at a minimum, contain the RFQ number. PROPOSAL SUBMISSION INSTRUCTIONS - The Contractor shall submit an electronic proposal via email to Phyllis.Woodward@fema.dhs.gov no later than 1:00 PM Eastern on Friday, 05-15-2015. The subject line of emails pertaining to this RFQ shall clearly reference RFQ # HSFE50-15-Q-0017. Total size of email shall not exceed 20MB due to DHS email restrictions. Hand deliveries and/or faxes of proposals will not be accepted without prior approval. Contractor proposals shall be valid for 30 calendar days after the due date for responses to this RFQ. A written notice of award or acceptance of proposal, emailed or otherwise furnished to the successful offeror(s) shall result in a binding contract without further action by either party. Amendments to this RFQ will be published in the same manner as the initial synopsis/solicitation. Attachments to Combined Synopsis/Solicitation, DHS, FEMA RFQ No. HSFE50-15-Q-0017: • ATTACHMENT A - STATEMENT OF WORK • ATTACHMENT B - LIST OF PROVISIONS AND CLAUSES
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/MWEAC/HSFE50-15-Q-0017/listing.html)
 
Place of Performance
Address: DHS, Federal Emergency Management Agency, Mt. Weather Emergency Operations Center, 19844 Blue Ridge Mountain Road, Mt. Weather, Virginia, 20135-2006, United States
Zip Code: 20135-2006
 
Record
SN03705809-W 20150423/150421234940-77c15b660d0e1fb00d3f9c14ad634ef4 (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.