Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2008 FBO #2524
DOCUMENT

R -- Teaching Media Relation Courses - Statement of Work

Notice Date
10/22/2008
 
Notice Type
Statement of Work
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
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
PR155080
 
Archive Date
11/13/2008
 
Point of Contact
Charles W James,, Phone: 202.406.6940, Susan L Papa-Provost,, Phone: (202) 406-6782
 
E-Mail Address
charles.james@usss.dhs.gov, Susan.Papa-Provost@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 Federal Acquisition Regulation Part 12, subpart 6-Streamlined Procedure for Evaluation and Solicitation for Commercial Items. Proposals are being requested as official Request for Proposals (RFP) under the Federal Acquisition Circular Fac 2005-21 (Effective 07 Nov 2007). The NAICS code is 541690. The United States Secret Service (USSS) has a requirement to award a Firm-Fixed Price contract with a base year and four (4) Option Years to the best Offeror providing services for teaching media relation courses for the United States Secret Services at the James J. Rowley Training Center, located at 9200 Powder Mill Road, Laurel, Maryland 20708. The base year, CLIN(s) 0001 through CLIN(s) 0004 shall begin per contract award date for a period ending on September 30, 2009 (end of fiscal). There will also be four option year periods CLIN(s) 0005 through CLIN(s) 0008 for option year one, CLIN(s) 0009 through CLIN(s) 0012 for option year two, CLIN(s) 0013 through CLIN(s) 0016 for option year three and CLIN(s) 0017 through CLIN(s) 0020 for option year four. Please submit one cost proposal for the base and four option periods corresponding to above contract line items. **Within your proposal, please submit your price proposal as follow: CLIN0001 - Teaching Media Course to be held November 18-20, 2008 CLIN0002 - Teaching Media Course to be held March 17-19, 2009 CLIN0003 - Teaching Media Course to be held May 19-21, 2009 CLIN0004 - Teaching Media Course to be held July 14-16, 2009 CLINS 0005 through 0020 (Option periods) shall follow the same order as shown above and dates will be TBD. The Offeror is required to propose their best solution and submit a detailed cost proposal as stated above. Please submit copies of all technical and cost volumes associated with this proposal package separately. The technical volumes shall address offerors approach to meeting requirements. Your response and submittal should be received as soon as possible, but no later than 12:00pm Wednesday, October 29, 2008. The Offeror shall also provide (1) the name, title, phone number, fax number, mailing address and email address of the points of contact ;(2) the nine digit DUNs (verification of vendor in CCR). All deliveries are the contractor's responsibility. The contractor shall coordinate the deliveries with the COTR prior to the delivery, specifying the date and time. The contractor shall be responsible for off and on loading equipment and materials. Statement of Work Please See Attached Documents Special Provision There is a special provision that the contractor personnel proposed to work under this contract shall be US citizens. They shall also be subject to and successfully pass a police background investigations prior to being admitted into the James J. Rowley Training Center. Upon contract award, the contractor shall be provided USSS contractor personnel forms. Within five (5) days of contract award, the contractor shall submit these completed contractor personnel access forms to the Contracting Officer's Technical Representative (COTR). The following DHS Provisions are applicable: *3052.209-70 Prohibition on Contracts with Corporate Expatriates *3052.204-90 Unauthorized Use of Name The following FAR provisions and clauses apply to this acquisition: *FAR 52.212-1 Instructions to Offerors-Commercial Items *FAR 52.212-2 Evaluation- Commercial Items. Award will be based on 1) Technical capability per the SOW 2) Key Personnel and Qualifications 3) Past Performance and 4) Price. Technical capability (Factor 1) is more important than Factors 2, 3 and 4. Factors 2 and 3 are weighted equally, but are weighted more than Factor 4 (Price). *FAR 52.212-3 Offerors Representatives and Certifications-Commercial Items *FAR 52.217-8 Option to Extend Services. (NOV 1999) *FAR 52.217-9 Option to Extend the Term of the Contract. (MAR 2000) *FAR 52.222-41 Service Contract Act of 1965 *FAR 52.232-18 Availability of Funds (APR 1984) Proposal Submission Instructions 1. The Offeror's Cost/Price Proposal shall address the following: United States Secret Service (USSS) is requesting a firm-fixed price proposal in response to this Request for Proposal (RFP) and the Statement of Work (SOW). Therefore, a firm fixed-price is required for all line items provided in the RFP. The Offeror's cost/price proposal shall identify the GSA Schedule Number (if applicable), the GSA line item number(s) and description(s), labor mixes, discounted prices, proposed hours for each labor category under each line item referenced in the RFP and any other necessary information required under the RFP in order to fulfill the requested pricing initiative. 2. The Offeror's Technical Proposal shall address the follow: • Technical Capabilities of the Offeror in Meeting the Statement of Work (SOW): The offeror's quotation shall demonstrate its 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 tasks at hand, and who will understand the requirements and possess the experience to successfully provide the information necessary to deliver satisfactory deliverables • Organizational Capability of the Offeror to Perform the Tasks and Provide the Deliverables as Stated in the SOW The Offeror shall identify current practices and/or tools established and in place at your firm which will ensure a successful outcome for all tasks and deliverables mentioned in the SOW. • Qualifications of Key Personnel: Resumes 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). • Current and Past Performance: The Offeror shall submit a listing of the three (3) successful projects similar in nature to present requirement as stated under this Request for Quotation (RFQ). This shall include contracts/orders held with Government entities within the past three (3) years. Two references for work performed within the past two years, preferably for a government entity. The technical proposal is limited to fifty (50) pages. Proposals may only be provided electronically and may be emailed to charles.james@usss.dhs.gov. Evaluation Factors for Award The government intends to evaluate the proposal on the following factors conforming to the RFP, which will provided the best value to the Government, price and other factors considered. The following factors, in descending order of importance, shall be used to evaluate offers: (1) Technical Capabilities (2) Key Personnel and qualifications (3) Current and Past Performance (4) Price Technical capability (Factor 1) is more important than Factors 2, 3 and 4. Factors 2 and 3 are weighted equally, but are weighted more than Factor 4 (Price). The Government will evaluate offers for award purposes by adding the total price of all line items identified in the schedule. The Government will award resulting from the RFP to the responsible Offeror whose proposal, conforming to the RFP, will represent the best value to the Government, price and other factors considered. There is a possibility that the Offeror with the highest technical score may not be selected for award. The Government will determine if any additional technical merit in a given offer warrants any additional cost. Also, the award may not be made to the technically acceptable, lowest cost offer. Cost shall not be so controlling to preclude award to an Offeror whose technical superiority warrants additional cost. Your response and submittal should be received as soon as possible, but no later than 12:00pm, Wednesday, October 29, 2008. The Offeror shall submit via email to charles.james@usss.dhs.gov or by fax at (202) 406-6801. If there are any questions, please call Charles W. James III at (202) 406-6791 or email me at charles.james@usss.dhs.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4bc8cb937becd0688e7088fbd6ea9379&tab=core&_cview=1)
 
Document(s)
Statement of Work
 
File Name: Please See Attached (Teaching Media Relation Courses -SOW-10-16-08.doc)
Link: https://www.fbo.gov//utils/view?id=996d26c1c25a8f638d6e630074f4740f
Bytes: 32.00 Kb
 
File Name: Please See Attached (SS Form 3154 Academic Stipulations.pdf)
Link: https://www.fbo.gov//utils/view?id=035b0632e98815773f35378464bd4ce7
Bytes: 912.61 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: James J Rowley Training Center, Laurel, Maryland, 20708, United States
Zip Code: 20708
 
Record
SN01694891-W 20081024/081022214723-4bc8cb937becd0688e7088fbd6ea9379 (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.