SOLICITATION NOTICE
U -- Law Enforcement Responder Emergency Medical Courses - Statement of Work
- Notice Date
- 6/22/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611310
— Colleges, Universities, and Professional Schools
- Contracting Office
- Department of Homeland Security, United States Secret Service, Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223, United States
- ZIP Code
- 20223
- Solicitation Number
- HSSS01-17-R-0029
- Archive Date
- 9/30/2017
- Point of Contact
- Gabriella Marino, Phone: 2024069714
- E-Mail Address
-
gabriella.marino@associates.usss.dhs.gov
(gabriella.marino@associates.usss.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This RFP is solicited unrestricted. This solicitation is a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95, Effective January 19, 2017. The associated North American Industrial Classification System (NAICS) code for this procurement is 611310. The Government intends to award a competitive commercial fixed price type contract for law enforcement responder emergency medical courses. Contract award is intended to be made by September 1, 2017. Award will be made to the lowest priced, technically acceptable offer. Technical acceptability is defined as a quote which meets all the technical requirements specified in the attached Statement of Work. The resulting contract will be for one year with one, one year option period. All interested companies shall provide proposals for the following: I. Technical a. Resumes for personnel qualifications and to show experience and certifications b. Course Formats II. Past Performance: Provide 3 references III. Pricing: Provide a firm fixed price for each class (up to 32 classes per year) Evaluation Award will be made to the lowest priced, technically acceptable offeror. The technical factors are as follows: 1. Certification: the offeror shall propose personnel who possess certifications as outlined in the Statement of Work. 2. Experience: The offeror shall possess the required experience as outlined in the Statement of Work. 3. Technical Approach: The offeror shall provide a technical approach that meets the specific tasks and general stipulation as outlined in the Statement of Work. Past Performance: The Government will conduct a past performance evaluation based upon the relevant past performance of the offeror and any subcontractors as it relates to the probability of successful accomplishment of the work required by the solicitation. The contractor shall submit at least three reference for relevant (similar size, scope, and complexity) past performance during the past three years. The submission of all references shall include the following information: 1. Contract numbers. 2. Current contact information (email, phone, etc.) of point of contacts at the Federal, State, and Local Government or Commercial entity for which the contract was performed. 3. Dollar value of the contract. 4. Detailed description of the work performed. 5. Names of subcontractor(s) used, if any, and a description of the extent of work performed by the subcontract(s). 6. 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 corrective action. 7. Whether work was performed as a prime- or sub-contractor. The Government anticipates awarding on initial offers but reserves the right to conduct discussions if necessary and determined to be in the best interest for the Government. Therefore, the offeror's initial proposal should contain the offeror's best terms from a price and technical standpoint. All written material submitted shall be in 11 point, Times New Roman font, single spaced, and shall have 1" margins, left and right. The written copy of the technical quote shall not exceed 15 typed pages, including resumes. By submitting a quote 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. All questions shall be submitted in a word document and emailed to gabriella.marino@associates.usss.dhs.gov NO LATER THAN JULY 10, 2017 at 1600 EST. All proposals shall be submitted in electronic format and emailed to gabriella.marino@associates.usss.dhs.gov NO LATER THAN JULY 17, 2017 at 1600 EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/HSSS01-17-R-0029/listing.html)
- Place of Performance
- Address: Laurel, Maryland, United States
- Record
- SN04553947-W 20170624/170622234731-68360c0f6cca6e2446fc4214f015266a (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 |