Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2009 FBO #2680
SOLICITATION NOTICE

J -- National On-Site Generator Maintenance - RFP

Notice Date
3/27/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Logistics Section, 500 C Street SW, Patriots Plaza -- 5th Floor, Washington, District of Columbia, 20472
 
ZIP Code
20472
 
Solicitation Number
HSFEHQ-09-R-0021A
 
Archive Date
4/13/2009
 
Point of Contact
Carolyn Knight,, Phone: 2026463977, Julieann L. Phillips,, Phone: 202-646-3234
 
E-Mail Address
carolyn.knight@dhs.gov, Julieann.phillips@dgs.gov
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
ATTACHMENT A THRU I RFP PACKAGE This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. HSFEHQ-09-R-0021A, issued as a Request for Proposal (RFP), is for maintenance of generators located at the Department of Homeland Security, Federal Emergency Management Agency, Distribution Center located in Forest Park, GA; Frederick, MD; Fort Worth, TX; and Moffett Field, CA. The requirement consists of supporting all on-site generator maintenance activities at the FEMA DCs located in the continental United States. The Contractor shall perform on-site generator maintenance activities on a quarterly basis in accordance with the Performance Based Work Statement. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-29, dated 11/14/2008. This procurement is a Service Disabled Veteran Owned set aside. The NAICS code is 811310, small business size standard $6.5 million or less per year. It is anticipated that one contract or multiple awards will result from this solicitation, via the issuance of a firm-fixed-price simplified acquisition/commercial item purchase order, contract or a delivery order issued against a GSA Schedule contract (w/one base year and four 1-year option periods). The Government anticipates the resultant award to be an Open Market purchase order or a GSA Schedule delivery order or a combination of GSA Schedule item pricing and Open Market pricing. If GSA Schedule pricing is being proposed, the offeror shall provide the GSA Schedule Contract number and its expiration date. If both GSA Schedule pricing and Open Market pricing are being proposed, the offeror shall designate which items are GSA Schedule pricing and which items are Open Market pricing. Please include all applicable GSA discounts in your offer. Items are to be delivered to Federal Emergency Management Agency, Office of Acquisition Management, 395 E. St, SW Rm124, Mail Stop 3205 Washington, DC 20472. FOB destination pricing is requested. The Government desires delivery after receipt of order. The agency Contracting Officer has approved this acquisition for award to one vendor. BASIS FOR AWARD: The Government will make award to the responsible/responsive offeror whose offer represents best value to the Government considering the following factors: Factor One (Experience, Capability, and Capacity), Factor Two (Technical Approach), Factor Three (Quality Control), Factor Four (Past Performance)and Factor Five (Price). The evaluation factors are listed in order of importance. In order to be found technically acceptable, the offeror must be capable of providing the services as required in the Performance Base Work Statement. The requirements detailed in this solicitation shall be used as criteria to evaluate offerors. The provision at FAR 52.212-1 "Instructions to Offerors--Commercial" applies to this acquisition, if the offeror is proposing open market pricing. Also, if open market pricing is being provided, offerors are to include a completed copy of FAR provision 52.212-3 "Offeror Representations and Certifications--Commercial Items" with their response or provide this information via the ORCA website, http://orca.bpn.gov. The following FAR clauses also apply to open market pricing: 52.212-4 "Contract Terms and Conditions--Commercial Items" and 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items," with the following clauses cited in 52.212-5 being applicable to this acquisition: 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.225-1, 52.225-13, 52.232-29, 52.232-33, 52.222-41, 52.222-43, and 52.237-11. Applicable clauses incorporated by reference are: 52.204-7, 52.212-4, 52.232-1, 52.232.23, 52.232-25, and 52.243-1. HSAR clause 3052.209-70 "Prohibition on Contracts with Corporate Expatriates", 3052.209-72 "Organizational Conflict of Interest", 3052.228-70 "Insurance", and 3052.242-72 "Contracting Officer's Technical Representative" also applies to this award. The aforementioned FAR provisions and clauses can be accessed electronically at http://www.arnet.gov/far and HSAR provisions and clauses may be accessed electronically at http://www.dhs.gov//interwebassetlibrary/DHS_HSAR_With_Notice_04-01.pdf. A written notice of award or acceptance of proposal, mailed or otherwise furnished to the successful offeror shall result in a binding contract without further action by either party. Written responses to this RFP are due by 2:00 P.M, April 10, 2009 to carolyn.knight@dhs.gov and Julieann.phillips@dhs.gov. Mailed responses shall be addressed to Federal Emergency Management Agency, Office of Acquisition Management, Attn: Carolyn Knight, 395 E. St, SW Room 124, Mail Stop 3205, PP 5 th Fl Washington, DC 20472. Emailed responses are preferred. Offerors are reminded that award can only be made to a Contractor(s) who is registered in the Central Contractor Registration (CCR) database. Technical and/or administrative questions must be emailed to carolyn.knight@dhs.gov and Julieann.phillips@dhs.gov. by no later than 2:00 P.M. EST, May 7, 2009. Amendments to this RFQ will be published in the same manner as the initial synopsis/solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fe74c533c302b98f0c3d063b42a2a9cb&tab=core&_cview=1)
 
Place of Performance
Address: Site 1 Atlanta Dist Center, DC ATLANTA Address:, Department of Homeland Security/FEMA-Atlanta, 4552 North Second, Fort Gillem, Building 212B, Forest Park, GA 30297, POC: TBD, Phone: TBD, Email: TBD, Site 2 Frederick Dist Center, DC FREDERICK Address:, Department of Homeland Security/FEMA-Frederick, 4420 Buckeystown Pike, Frederick, MD 21704, POC: TBD, Phone: TBD, Email: TBD, Site 3 Ft Worth Dist Center, DC FORT WORTH Address:, Department of Homeland Security/FEMA-FT. Worth, 501 West Felix Street, Building 12, Fort Worth, TX 76115, POC: TBD, Phone: TBD, Email: TBD, Site 4 Moffett Field Dist Center, DC MOFFETT FIELD Address:, Department of Homeland Security/FEMA-CA, NASA Ames Research Center, Building 144, Door 7, Moffett Field, CA 94035, POC: TBD, Phone: TBD, Email: TBD, United States
 
Record
SN01780031-W 20090329/090327220429-fe74c533c302b98f0c3d063b42a2a9cb (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.