SOLICITATION NOTICE
N -- SpiraCone Antenna System Install - Statement of Work
- Notice Date
- 8/25/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- 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-R-0053
- Archive Date
- 9/25/2015
- Point of Contact
- deborah foster, Phone: 5405422687
- E-Mail Address
-
deborah.foster@fema.dhs.gov
(deborah.foster@fema.dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work - SpiraCone Antenna Install This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement is concurrently being solicited through a mandatory Department of Homeland Security Strategic Source Vehicle; however, if open market pricing is less, an exception permits award to an open market source. This announcement constitutes the only Federal Business Opportunities solicitation; offers are being requested and a written solicitation will not be issued. Request for Proposal (RFP) #HSFE50-15-R-0053, is for specialty trade services (i.e., installation of one government-furnished ASC Signal 3002-36S-22 Omni-directional SpiraCone antenna system) for the Federal Emergency Management Agency (FEMA), as defined in the attached Statement of Work. It is anticipated that a firm-fixed-price purchase order will be awarded. The period of performance will be nine months from date of award. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular No. 2005-83-2-2, dated 08/05/2015. This procurement is set aside for small business. The applicable North American Industrial Classification System (NAICS) code is 541330; the applicable size standard is $4.5M in annual receipts. One award will result from this solicitation via the issuance of a purchase order for commercial services. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. BASIS OF AWARD: Selection for this RFP will be made on a Best Value basis. For this requirement, technical submissions are more important than price. Technical submissions should address the following technical evaluation criteria, against which they will be evaluated and are of equal importance. Technical Evaluation Criterion: Technical Approach; and Technical Experience. Technical Approach: Submissions will be evaluated on the offerors' understanding of the SOW; and the offerors' technical approach and capability to perform all aspects of the SOW. Technical Experience: Offerors should provide information on relevant technical experience, similar to the tasks outlined in the SOW. Price Proposal: Offeror shall propose firm-fixed pricing to provide services as outlined in this solicitation (pricing should assume nine months to complete the task). Offerors shall provide all costs associated with the project (to be detailed in a cost breakdown) to include materials, equipment, equipment rental, labor (categories, hourly rates, and the number of labor hours), lodging, travel, per diem costs, and any other expenses required to complete the work efforts. All travel and per diem costs are reimbursable to the limits specified in the current Federal Travel Regulations. The 2016 GSA per diem rates (effective 10/01/2015) for this location are: Lodging: $172/day; Meals & Incidental Expenses: $69.00/day. The Government will insert a plug in number for travel costs (based on the successful contractor's proposed travel costs and the Government's determination of the anticipated travel costs). Travel costs will be paid as cost reimbursable items. It will be the successful contractor's responsibility to provide supporting documentation to justify any and all travel costs invoiced. Price proposals will be evaluated for price realism and reasonableness. Principle Place of Performance will be at the Denver Federal Center, Denver, CO. Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their response unless that information is current in their System for Award Management (SAM) registration. If registered in SAM please state such in your submission and provide your DUNS number. NOTE: SAM Registration: a prospective awardee shall be registered in the SAM database prior to award. Information on registration may be obtained electronically at https://www.sam.gov/portal/public/SAM/ or by calling 1-866-606-8220. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (NOTE: All referenced FAR provisions and clauses may be accessed electronically at http://www.arnet.gov/far.) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses apply: 52.204-10, 52.217-8, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, and 52.232-33. Written responses to this RFP must be received no later than 11:00 AM/EDST, 09/10/2015 and shall be sent electronically to deborah.foster@fema.dhs.gov. Technical questions must be received no later than five business days following publication of this notice and emailed to Ms. Foster at deborah.foster@fema.dhs.gov or faxed to 540/542-2632. Amendments to this RFP will be published in the same manner as the initial synopsis/solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/MWEAC/HSFE50-15-R-0053/listing.html)
- Place of Performance
- Address: Denver Federal Center, FEMA Region VIII, Building 710, Denver, Colorado, 80225-0267, United States
- Zip Code: 80225-0267
- Zip Code: 80225-0267
- Record
- SN03855138-W 20150827/150826000124-4d73d0dfe58b57fe56e6774ede56c26a (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 |