Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2009 FBO #2763
SOLICITATION NOTICE

Z -- Electrical Preventative Maintenance - Attachments

Notice Date
6/18/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
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
HSSS01-09-R-0034
 
Archive Date
8/15/2009
 
Point of Contact
Kimberly S. Spangler, Phone: 2024066820
 
E-Mail Address
kimberly.spangler@usss.dhs.gov
(kimberly.spangler@usss.dhs.gov)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
Price Schedule Statement of Work 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. The solicitation number is HSSS01-09-R-0034 as a request for proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-32. This requirement is 100% set-aside for small business concerns that are certified HUBZone and Service-Disabled Veteran-Owned. The North American Industry Classification System (NAICS) is 238210 with a small business size standard of $14 million. The Government intends to award a competitive commercial contract for the US Secret Service which will include both fixed price and time and material components. This requirement is for the development of an Electrical Preventative Maintenance Program (EPM), routine maintenance services required under implementation of the EPM, and as-needed repair and replacement, to include parts and labor, of all of the electrical systems at the James J. Rowley Training Center (JJRTC), 9200 Powder Mill Road, Laurel, Maryland. The specific work requirements are detailed within the Statement of Work (SOW). Potential offerors are hereby notified that the solicitation and subsequent amendments to the solicitation will only be available by downloading the documents at the Federal Business Opportunities Website at http://www.fbo.gov. This office will not issue hard copy solicitations. By submitting a proposal, 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. This Solicitation is comprised of: I. STATEMENT OF WORK II. FORMAT AND SUBMISSION OF PROPOSAL III. EVALUATION FACTORS IV. PROVISIONS AND CLAUSES V. ADDITIONAL INFORMATION FOR OFFERORS VI. SITE VISIT ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ I. STATEMENT OF WORK See attached Statement of Work. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ II. FORMAT AND SUBMISSION OF PROPOSAL Contractor's proposal must include: 1) Price Schedule (see attached); 2) evidence that key personnel meet qualifications under Paragraph E & G in attached Statement of Work (SOW); 3) an affirmative statement that the special provisions under Paragraph G in the SOW will be met; 4) provide three references from three different agencies/entities for work performed within the past two years. References should include a brief description of project to include contact information for the Contracting Officer (CO) and Contracting Officer's Technical Representative (COTR); and 5) the contractor's nine-digit DUNS and nine-digit TIN. DUNS is used to verify that the vendor is in CCR. 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. The deadline for receipt of proposals is 31 July 2009 by 5:00 pm EST. All documents required for submission of quote must be sent to Kimberly Spangler via email to Kimberly.Spangler@usss.dhs.gov. Hard copy or faxed proposals shall not be accepted. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ III. EVALUATION FACTORS The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Technical capability and past performance, when combined are more important than when compared to cost/price. The Government intends to evaluate the proposal on the following factors: 1) technical capability to perform work as evidenced in the proposal; 2) past performance; and 3) price. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ IV. PROVISIONS AND CLAUSES FAR contract clauses may be accessed electronically at this address: Federal Acquisition Regulation (FAR): www.acquisition.gov/far FAR 52.204-7 Central Contractor Registration FAR 52.212-1 Instructions to Offerors-Commercial FAR 52.212-2 Evaluation of Commercial Items FAR 52.212-3 Offeror 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 52.216-31 Time-and-Materials/Labor-Hour Proposal Requirements-commercial Item Acquisitions FAR 52.219-3 Notice of total HUBZone Set-Aside FAR 52.219-27 Notice of total Service-Disabled Veteran-Owned Small Business Set-Aside FAR 52.252-2 Clauses Incorporated by Reference HSAR contract clauses may be accessed electronically at this address: Homeland Security Acquisition Regulation (HSAR): http://www.dhs.gov/xopnbiz/regulations/ 3052.204-71 Contractor Employee Access 3052.242-72 Contracting Officer's Technical Representative 3052.209-70 Prohibition on Contracts with Corporate Expatriates. 3052.204-90 Unauthorized Use of the U.S. Secret Service Name ~~~~~~~~~~~~~~~~~~~~~~~~~~~~ V. ADDITIONAL INFORMATION FOR OFFERORS Since this is a competitive requirement, please do not telephone with questions but email them. Email is the preferred method of communication; if you do not receive a confirmation response then your question was not received. Inquiries shall be emailed to Kim Spangler at Kimberly.Spangler@usss.dhs.gov. Communications with other officials may compromise the competitiveness of this acquisition and result in cancellation of the requirement. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~ VI. SITE VISIT There will be a scheduled site visit prior to submission of quotes. Vendors must notify Kim Spangler, Contract Specialist, by email at Kimberly.Spangler@usss.dhs.gov if attending and indicate the number of number of persons (no more than 3 representatives per vendor) who will be attending no later than June 29, 2009 by 4:00 p.m. EST. Date: July 8, 2009 Time: 9:00 a.m. EST Duration: 6-8 hours Place: James J. Rowley Training Center (JJRTC) 9200 Powder Mill Road Laurel, Maryland
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/HSSS01-09-R-0034/listing.html)
 
Place of Performance
Address: James J. Rowley Training Center (JJRTC), 9200 Powder Mill Road, Laurel, Maryland, 20708, United States
Zip Code: 20708
 
Record
SN01848784-W 20090620/090618234944-1145ac52a91dceeb4d1364803e815430 (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.