SOLICITATION NOTICE
56 -- Vehicle Barriers
- Notice Date
- 7/23/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- 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
- ZIP Code
- 20223
- Solicitation Number
- 157327B
- Archive Date
- 8/15/2008
- Point of Contact
- Mishelle C Miller,, Phone: (202) 406-6790
- E-Mail Address
-
mishelle.miller@usss.dhs.gov
- Small Business Set-Aside
- Total Small Business
- Description
- 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number 157327B is issued as a Request for Quotation (RFQ) through Federal Acquisition Circular 05-26. The NAICS code is 332999 All Other Miscellaneous Fabricated Metal Product Manufacturing and the small business size standard is 500 employees. The period of performance will be from date of award through September 5, 2009. This Solicitation is compromised of: I. STATEMENT OF WORK II. FORMAT AND SUBMISSION OF PROPOSAL III. EVALUATION FACTORS IV. CONTRACT CLAUSES ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ I. STATEMENT OF WORK Overview Overview This statement of work applies to vehicle barriers. A. Tasks 1. Barriers The barriers are to be 16 foot mobile / portable barrier system(s).USSS requires six barriers at each location. The contractor shall provide all services to include delivery, labor, installation, maintenance, repairs, supplies/equipment and removal after the event. Contractor must provide certification of any permit(s) required by each location to operate any heavy equpiment. The contractor shall provide one user manual and provide user training to specified site location personnel at each site who will be operating the barrier equipment. All travel by the contractor shall be according to Joint Travel Regulations. USSS has reserved two hotel rooms at each site which must be paid for by the contractor. 2. Optional Barriers As part of the proposal and included in the pricing schedule, contractors shall provide a proposal for optional additional two vehicle barriers to be utilized in case of perimeter changes and be prepared to provide staff to install. 3. On-Site Personnel The contractor shall provide two on-site qualified repairmen in accordance with industry standards to respond to emergency calls (24) hours or as mutually agreed per site response requirement(s). At each event, the two on-site personnel must be available from the time of installation through removal. B. Locations and Dates 1. First Location and Dates The first location is the Pepsi Center, 1000 Chopper Circle, Denver, Colorado for the 2008 Democratic National Convention (DNC). For Denver, all vehicle barriers need to be installed starting at approximately 0800 hours on 08/22/08 and installation is to be completed by 1600 hours on 08/22/2009. Removal of the vehicle barriers at Denver is to begin at approximately 2200 hours on 08/27/08 and be completed by 0600 hours on 08/28/2008. 2. Second Location and Dates The second location is the Xcel Energy Center, 175 West Kellogg Boulevard, St. Paul, Minnesota for the 2008 Republican National Convention (RNC). For St. Paul, all vehicle barriers need to be installed starting at approximately 0001 hours on 08/30/08 and be completed by 0400 hourrs on 08/29/08. All vehicle barriers must be removed beginning approximately 0001 hours on 09/05/08 and completed by 1200 hours on 09/05/08. Note that a vendor may move the barriers from the first location to the second within the time constraints, or provide a different set of barriers for the second location. C. Specifications 1. The barriers are to be 16 foot mobile / portable high-security vehicle barriers. Services to include towing accessories, O&M Training, and light and traffic visibility accessories. 2. The barriers shall be designed to cause minimum damage to vehicles in the event of accidental barrier deployment. 3. The barrier "type" shall be a ‘barrier gate' employing a retractable, steel plate. Steel plate height when deployed shall be between 32". 4. The barrier shall be temporary, in that, within one hour's time or less, it can be setup and ready for use. Likewise, within one hour's time or less, the barrier can be disassembled and towed away for storage or re-deployment. 5. The temporary barrier shall deploy flush with the road pavement as minimal obstacle to passing vehicles, with minimum installation requirements (primarily electricity). 6. The barrier shall be mobile - readily transportable - towed by a 1.5 -ton pickup truck (or smaller) at short distances or within 15 miles of specified site location. The contractor shall provide all barrier towing accessories, including tow hitch information required for the tow vehicle. Mobile barrier shall be a registered VIN able to meet the U. S. Federal Highway and Transportation regulations. 7. The barrier shall provide a minimum vehicle passage width of 16 feet as may be specified. 8. The barrier shall withstand an attempted at a minimum; a DOS K4 crash rating certification of a 15,000-pound vehicle at 30 mph. Mobile barrier shall be capable of crash rating per DOS K12 standard of a 15,000-pound vehicle at 50 mph. with the addition of support concrete jersey barriers. 9. The barrier type shall operate hydraulically with a manual operation feature, for use in the event of a power outage. Additional power options are available for lease at additional costs per contractor list price (i.e.: solar, battery, and generator). 10. The barriers shall be remotely controllable, so that a designated person, from either the contractor or from USSS, is able to operate any ballard barrier nearby. D. Furnished Equipment 1. At the barrier deployment site, the U.S. Secret Service shall provide 110 V / single phase electricity, at 60 Hz. or as agreed in writing between the contractor and the client. 2. USSS owns three vehicle barriers, two in Maryland and one in central Texas. The barriers are NMSB XVI 16' opening mobile high security vehicle barriers. The contractor may arrange for the delivery, refurbishment and return of any of these barriers as furnished equipment. E. Security Requirements for Personnel All personnel working under this requirement must be U.S. citizens. All personnel to be working on the project, including on-site support, shall complete a Contractor Personnel Access Application form (SSF 3237), and must undergo a security background check by the Secret Service. The contractor shall provide personnel who can successfully pass the background investigation. Within ten days of award, the successful awardee shall be required to provide completed SSF 3237 forms for all individuals to be involved in the project. All non-classified Secret Service information is considered law enforcement sensitive and must be protected as such. Any Secret Service information that is to be taken off-site must be approved in advance by the COTR. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ II. FORMAT AND SUBMISSION OF PROPOSAL PART A. PRICE PROPOSAL 1. LINE ITEMS 0100 Denver: Vehicle barriers to be 16 foot mobile / portable barrier system(s).USSS requires six barriers at each location. Services to include delivery, labor, installation, maintenance, repairs, supplies/equipment and removal after the event. The contractor shall provide one user manual and provide user training to specified site location personnel at each site who will be operating the barrier equipment. Please note whether the vendor chooses to use any of the government furnished barriers. 0200 Denver: Optional two vehicle barriers. 0300 Denver: The contractor shall provide two on-site qualified repairmen in accordance with industry standards to respond to emergency calls (24) hours or as mutually agreed per site response requirement(s). At each event, the two on-site personnel must be available from the time of installation through removal. 0400 St. Paul: Vehicle barriers to be 16 foot mobile / portable barrier system(s).USSS requires six barriers at each location. Services to include delivery, labor, installation, maintenance, repairs, supplies/equipment and removal after the event. The contractor shall provide one user manual and provide user training to specified site location personnel at each site who will be operating the barrier equipment. Please note whether the vendor chooses to use any of the government furnished barriers. 0500 St. Paul: Optional two vehicle barriers. 0600 St. Paul: The contractor shall provide two on-site qualified repairmen in accordance with industry standards to respond to emergency calls (24) hours or as mutually agreed per site response requirement(s). At each event, the two on-site personnel must be available from the time of installation through removal. 2. PAST PEFORMANCE In the Price Proposal, the offeror must provide pricing as listed below and must past performance information. Past performance, or references, is demonstrated by recent and relevant contracts for the same or similar items through three references from three different agencies/entities (including contract numbers, points of contact with email addresses, telephone numbers and other relevant information). 3. CONTRACTOR INFORMATION Provide the nine-digit DUNS and the nine-digit TIN. DUNS is used to verify that the vendor is in CCR and that the vendor is a small business. The Taxpayer Identification Number is necessary for electronic payment. By submitting a proposal, the Offeror acknowledges the Government requirement to be in the Central Contractor Registration (CCR) database prior to award of any contract. Information about CCR may be found at www.ccr.gov. PART B. TECHNICAL PROPOSAL The technical proposal shall be separate from the price proposal. The Technical Proposal shall not include any cost or pricing information. Technical proposals shall include, but are not limited to: 1. Technical capability: a demonstration of offeror's understanding of the requirements listed in the SOW, as well as its knowledge of the services to be provided. The offeror's proposal shall demonstrate its practices and methodology to be used in performing the tasks at hand, as well as the accomplished personnel who will understand the requirements and possess the vendor's approach in performing the tasks at hand, and who will understand the requirements and possess the experience to successfully provide the information necessary to deliver satisfactory deliverables. Technical capability is the most important evaluation factor. The page limit for the offeror's expertise as tied to Secret Service's requirement is 15. 2. Resumes or descriptions for the key personnel to be involved in the project shall be submitted by the Offeror (specific experience outlined as it relates to the current order/service request). Please include all certifications and licenses for the personnel to be assigned to the project, especially certification of any permit(s) required by each location to operate any heavy equpiment.. Resumes, executive summary and contractor experience do not count in the page limit - label these as an appendix to the Technical Proposal and take as many pages as needed. Submit Parts A and B to Mishelle Miller via email or fax only. Submitting via email is preferred. Your entire email must not be greater than 3 MB; if your proposal is above that limit, please send multiple emails. Faxed Parts A and B will be accepted. Please put 157327B Vehicle Barriers in the subject line. All proposals will receive a confirmation email; if you do not receive a confirmation then your proposal has not been received. Late proposals will not be accepted. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ III. EVALUATION FACTORS The Government will award a contract to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical Capability; (2) Past Performance and (3) Price. Award will be made to the offeror whose demonstrated technical capability offers the "Best Value" to the Government, past experience, past performance, price and other factors considered. Technical capability is the most important, followed by past performance and lastly, price. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ IV. CONTRACT CLAUSES FAR 52.204-7 Central Contractor Registration FAR 52.212-1 Instructions to Offerors--Commercial Items FAR 52.212-2 Evaluation--Commercial Items FAR 52.212-3 Offerors Representations and Certifications--Commercial Items FAR 52-212-4 Contract Terms and Conditions--Commercial Items FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.222-41 Service Contract Act of 1965. Hennepin, MN and Denver, CO FAR 52.225-1 Buy American - Supplies FAR 52.245-1 Government Property with Alternate I FAR 52.245-9 Use and Charges USSS 3052.209-70 Prohibition on Contracts with Corporate Expatriates USSS 3052.204-90 Unauthorized Use of the U.S. Secret Service Name
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=287dadfb9f3047e445dbe2fdbdda5a4c&tab=core&_cview=1)
- Place of Performance
- Address: Denver, CO *and*, St. Paul, Minnesota, United States
- Record
- SN01621551-W 20080725/080723224338-287dadfb9f3047e445dbe2fdbdda5a4c (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 |