SOLICITATION NOTICE
B -- Enhancing Public Response and Community Resilience (Public Needss) Project
- Notice Date
- 9/5/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Homeland Security, Office of the Chief Procurement Officer, Office of Procurement Operations, Office of the Chief Procurement Officer, Washington, DC, 20528, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- HSHQDC-07-Q-00329
- Response Due
- 9/17/2007
- Archive Date
- 10/2/2007
- Description
- (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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. (ii) Solicitation HSHQDC-07-Q-00329 is issued as a Request for Quotations (RFQ) pursuant to procedures set forth in FAR 13.5 - Test Program for Certain Commercial Items. (iii) All provisions and clauses incorporated herein are those in effect through Federal Acquisition Circular 2005-18. (iv) This acquisition is solicited on an unrestricted basis. The associated NAICS Code is 541990 -- All Other Professional, Scientific, and Technical Services with a business size standard of $6.5M in gross annual revenue. (v) The following contract line items (CLINs) apply to this acquisition: CLIN 0001 - Develop a single call database and specify the needs identified by callers into the 2-1-1 System (Base Year), 1 JB; CLIN 0002 - Travel and Other Direct Costs for Base Year. CLIN 0002 is a not-to-exceed cost reimbursable line item. Travel is subject to the limitations of Federal Travel Regulations (FTR), 1 LS; CLIN 1001 - Gather the geospatial coordinates for the origin of each of the calls in the database; conduct analyses to identify geospatial trends in the types of needs identified by callers, and overlay demographic information with the geospatial information to examine whether different needs were identified by different subgroups of the population (Option Year 1), 1 JB; CLIN 1002 - Travel and Other Direct Costs for Option Year 1, 1 LS; CLIN 2001 - Develop a mock-up of a standardized data entry template that could be used as part of the 2-1-1 Centers nationwide (Option Year 2), 1 JB; CLIN 2002 - Travel and Other Direct Costs for Option Year 2, 1 LS. (vi) The Department of Homeland Security (DHS), Science and Technology (S&T) Acquisition Division is seeking to procure services to analyze all available records of calls received into the 26 regional Texas 2-1-1 System call centers from 8/1/2005 through 12/31/2005, provide temporal and geospatial mapping of the needs for shelter, food, and assistance identified by callers into the 2-1-1 System in Texas before, during, and after Hurricanes Katrina and Rita, and deliver a standardized data entry template mock-up into which information from calls received into 2-1-1 Centers may be entered. The resultant contract will be firm fixed price (FFP) (reference Attachment 1 to the solicitation for the SOW). (vii) The contract will consist of a base year of twelve (12) months from date of award and two 12 month option years that will be exercised at the discretion of the Government. (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition and is amended to add the additional information as follows: (1) Quote Format: The technical quote submission shall be limited to 10 one-sided pages (inclusive of cover pages, charts, graphs, tabs, etc.) The price quote has no page limitations. All quotes should be provided with a cover page and table of contents for both the Technical and the Price sections. No pricing information is to be provided within the technical quote. (2) Quote Content: A. Volume I Technical and Past Performance: Submission of technical quotes should contain all information necessary to allow for a comprehensive evaluation by the Government. The technical quote shall fully describe all of the Offeror's assumptions and shall clearly demonstrate the Offeror's understanding of the requirements of the SOW, and convey the Offeror's capabilities to fulfill the requirements of the SOW. Accordingly, the technical quote shall include the following: 1. Discussion of proposed technical approach: proposed approach to standardizing information from the calls into a uniform database to include the potential data fields to be included in the database, and conducting temporal analysis of the calls and identify needs identified by callers into the Texas 2-1-1 Information and Referral system, and for completing geospatial analysis of the calls. 2. Management Plan: The Offeror shall provide a management plan that addresses how the contractor proposes to ensure the following: successful delivery of the integrated database, successful and timely completion of temporal and geospatial analyses of calls received into the Texas 2-1-1 Information and Referral system during the specified time, quality of the proposed mock-up of a standardized data entry template, and responsiveness to the Government. 3. Past Performance: The Offeror is required to provide past performance questionnaires from a total of two (2) references. In order to facilitate the evaluation of the Offeror's past performance, the offeror shall present the following information for each of its two references: Name and Address of Customer; Contract Number/Contract Title: Delivery Schedule/Period of Performance: Description of the Work Performed: Name and current telephone number for the Customer's primary point of contact. The Past Performance Questionnaire (Attachment 2 to the solicitation) must be completed by the references and submitted directly to the Contract Specialist no later than the date and time the quotes are due. It is the Offeror's responsibility to forward the Past Performance questionnaires to the references, and have the references sends the completed questionnaires to the Contract Specialist, Elizabeth Clark, by e-mail (no faxes). B. Volume II Price: The Offeror shall prepare a Price Quote that contains all the information necessary to allow for a comprehensive evaluation of the pricing for the above stated CLINs through Option Year 2. A total amount for the Base Period and each Option Period, and an aggregate amount for all CLINs combined shall be provided by completing the price worksheet provided in Attachment 3 to the solicitation. Each proposed labor category price must be fully loaded. That is, it must include the total price for all aspects of performance under the contract. The Government does not intend to hold discussions, so offerors should submit their best terms and conditions. However, the Contracting Officer MAY conduct discussions if it is deemed necessary. (3) Questions: The Government will answer relevant and appropriate questions regarding this solicitation. All questions shall be submitted electronically by e-mail to Elizabeth Clark at elizabeth.clark@dhs.gov on or before 12:00 EST 9/11/2007. Answers to questions will be provided to all prospective Offerors, giving due regard to the proper protection of proprietary information. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. Award of contract resulting from this solicitation will be made to the responsible offeror on a best value basis whose offer conforming to solicitation requirements is most advantageous to the government, price and other factors considered. Award may be made to other than the low price and accomplished without the conduct of discussions. (1) Evaluation Factors: Non-cost related factors applicable to the evaluation of offers are Technical/Management Capability and Past Performance. The determination of best value will be made by comparing the differences in the value of the Technical/Management Capability Factor and Past Performance and with differences in the prices proposed between Offerors. Technical/ Management Capability is slightly more important that Past Performance. When combined, Technical/Management Capability and Past Performance are significantly more important than Price. However, the Government will not make an award at a significantly higher overall cost to the Government to achieve only slightly superior technical capability. (2) Evaluation Criteria: A. Technical/Management Capability - Assesses the ability of the Offeror to effectively demonstrate the knowledge, understanding, and technical ability to meet the requirements in the SOW as required in this RFQ. The Offeror's overall operational approach will be evaluated on the adequacy of methodology to accomplish the SOW. Additionally, the offeror will be evaluated on the adequacy and feasibility of the proposed Management Plan. B. Past Performance - Will assess whether the Offeror consistently delivers quality services in a cost effective manner. In conducting its evaluation of past performance, the Government reserves the right to use all information available at the time of evaluations to include information contained in its own records, information made available through reference checks and through commercial sources (such as Dun and Bradstreet Reports). Only recent performance within the last 3 years will be considered in this evaluation. The assessment will include the following areas: corporate/organizational commitment and quality of services. A Quoter without a record of past performance or for whom information on relevant past performance is not available will be evaluated as neutral. The offeror will be given the opportunity to rebut a negative past performance evaluation. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer or cite whether their organization is registered in ORCA. (xi) Full text versions of applicable FAR clauses and provisions contained in this solicitation may be viewed and downloaded at http://farsite.hill.af.mil. Full text versions of clauses applicable to the Homeland Security Acquisition Regulation (HSAR) supplement may be viewed and downloaded at http://www.dhs.gov/interweb/assetlibrary/DHS_HSAR_With_Notice_04-01.pdf. The FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition. (xii) The following FAR clauses apply to this acquisition: 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items with additional sub-clauses 52.203-6 - Restrictions on Subcontractor Sales to the Government; 52.219-8 - Utilization of Small Business Concerns; 52.222-21 - Prohibition of Segregated Facilities; 52.222-26 - Equal Opportunity; 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 - Affirmative Action for Workers with Disabilities; 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.225-13 - Restrictions on Certain Foreign Purchase; 52.232-33 - Payment by Electronic Funds Transfer, Central Contractor Registration; 52.252-2 - Clauses Incorporated by Reference; 52.227-14 - Rights in Data - General; 52.232-1 - Payments; 52.246-4 - Inspection of Services - Fixed Price. 52.249-2 - Termination for Convenience of the Government (Fixed-Price). The following HSAR clauses apply to this acquisition: 3052.209-70, Prohibition on Contracts with Corporate Expatriates (Dec 2003); 3052.215-70; 3052.242-71, Dissemination of Contract Information (Dec 2003); 3052.242-72, Contracting Officer's Technical Representative (Dec 2003). The following FAR clauses are provided in full text: 52.217-8, Option to Extend Services (Nov 1999) - The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 calendar days from the contract;s expiration date; 52.217-9, Option to Extend the Term of the Contract (Mar 2000) - (a) The Government may extend the term of this contract by written notice to the Contractor within 30 calendar days from the contract's expiration date; provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 42 months. To be eligible to receive award of contract resulting from this solicitation it is mandatory the contractor be registered in the Central Contractor Registration (CCR) database. CCR registration may be accomplished by accessing http://www.ccr.gov. (xiii) (a) This Contract has been awarded in expectation that the Government will receive the Data, i.e., Records of Calls to Texas 2-1-1 Information and Referral System Call Centers, from August 1, 2005 through December 31, 2005, upon which the Contractor will base its work under this Contract. The Contracting Officer will provide the instructions for obtaining the Data from the State of Texas to the Contractor upon its becoming available to the Government. (b) The Contractor shall not proceed with performance under this contract until the Contracting Officer provides the Contractor with a written Notice to Proceed and provides the instructions for obtaining the Data from the State of Texas. (c) Should the Contracting Officer not provide the Contractor with the written Notice to Proceed within three (3) months from the date of contract award, the Contracting Officer shall terminate this Contract for the convenience of the Government. (d) The Contractor and the Government hereby make an Advance Agreement that, notwithstanding the terms of this Contract, including the clause of this Contract entitled 52.249-2 - Termination for Convenience of the Government (Fixed-Price), should the Contracting Officer terminate this contract for convenience of the Government in accordance with paragraph (c) of this clause, such termination will be at no cost to the Government. (xiv) N/A. (xv) N/A. (xvi) Offers shall be submitted electronically by e-mail to Elizabeth Clark at elizabeth.clark@dhs.gov no later than 12:00 pm EST 9/17/2007. (xvii) The point of contact for this RFQ is designated below.
- Record
- SN01395110-W 20070907/070905220538 (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 |