Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2009 FBO #2802
MODIFICATION

S -- Cleaning of Raised Flooring

Notice Date
7/27/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 South 12th Street, Arlington, VA 22202
 
ZIP Code
22202
 
Solicitation Number
HSTS01-09-Q-RES623
 
Response Due
7/31/2009
 
Archive Date
1/27/2010
 
Point of Contact
Name: Marvin Grubbs, Title: Contracting Officer, Phone: 5712274978, Fax:
 
E-Mail Address
marvin.grubbs@dhs.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is HSTS01-09-Q-RES623 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-31. The associated North American Industrial Classification System (NAICS) code for this procurement is 561720 with a small business size standard of $16.50M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-07-31 12:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The DHS Transportation Security Administration requires the following items, Exact Match Only, to the following: LI 001, The Transportation Security Administration, Office of Real Estate Services, has a requirement for the cleaning of the space beneath and above the raised floor (under floor) of the Freedom Center in accordance with accepted industry standards. Please perform and quote in accordance with the attached Scope of Work., 1, EA; For this solicitation, DHS Transportation Security Administration intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Transportation Security Administration is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to Kirsten.O'Brien@dhs.gov (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. Failure to submit shall deem your offer late. Delivery shall be provided within 60 days or less after receipe of the order (ARO). No payment shall be made until satisfactory completion of the work. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Vendors must be currently registered and have a valid certification in the online Representation and Certifications Application. (https://orca.bpn.gov/) Quotations are to be submitted as all or none. Purchase Order: Buyer intends to use the government issued purchase order for payment. Bids from sellers unable to accept purchase orders will not be considered for award. Your quote shall consist of the following and should be submitted in the following order: A. Technical Content 1. Technical Approach The Offeror shall provide a technical approach that clearly addresses each area of the Statement of Work. Offeror shall especially focus on the following: Understanding of the requirement, experience and qualifications of the personnel that will perform the work, demonstrated ability to meet the schedule/period of performance, an Quality Assurance Plan, and a draft schedule. 2. Past Performance Past performance information should include demonstrated successful past performance to include prior experience with the federal government, private sector, and/or the public sector. A description of past and current contracts should be provided, citing work as closely related as possible to the current effort. Contractors are required to provide up to three references with a brief description of previous projects of similar size and complexity. The TSA may contact those references during the evaluation process to verify relevant experience and performance. The Government may, at its discretion, obtain and evaluate information from sources other than those provided by the Contractor. Each example of past performance shall include: a. Contract Number b. Contract Description c. Contract Amount and Type of Contract d. Period of Performance (POP) (note: include the original (as-awarded) POP and subsequent (as-modified) POP, if applicable). e. Name, address, E-mail address, and telephone number and FAX number of the customer (if a Government contract, please provide the name and telephone number of the Contracting Officer and the Contracting Officers Technical Representative (COTR). If commercial, provide the technical and contracting equivalent). f. Size and complexity of the project. g. Whether all options were exercised, if applicable For all past performance information, please ensure that the company names, names of points of contact, E-mail addresses, telephone and FAX numbers are current. The Government will not make repeated efforts to contact the references if the information is incorrect. You should also notify the references that their names have been submitted and that the TSA will be contacting them. TSA reserves the right to not contact all provided references or make repeated attempts to contact nonresponsive references. For any subcontractor performing a critical element of the work, please furnish at least three references for similar projects. You should also provide a description of the work performed, the dollar amount and duration of the project, and the number of subcontractor employees working on the project. B. Pricing : The offeror shall submit pricing utilizing FedBid. A site survey is required prior to submitting a quote. A site visit has been scheduled for Monday, July 20, 2009 at 10am EST. Please contact Jason Guglielmone at 703-563-3183 or Jason.Guglielmone@dhs.gov for additional requirements. Failure to request and conduct a site visit will rendor your quote unacceptable. Questions regarding this requirement shall be submitted in writing to Marvin.Grubbs@dhs.gov by 10:00 a.m. EST on July 24, 2009. No questions shall be answered via telephone. Please note that Questions and Answers have been added to this RFQ. No additional questions will be entertained. Due date remains unchanged This procurement shall be conducted utilizing Best Value Selection (BVS). Best Value is defined as the procurement process that results in the most advantageous acquisition decision for the Government and is performed through an integrated assessment and trade-off analysis among price and non-price factors. While the Government evaluation team will strive for maximum objectivity, the selection process, by its nature, is subjective and, therefore professional judgment is implicit throughout the entire process. A quote should contain the Offerors best terms from a price and technical standpoint. The Government may award a contract to other than the lowest priced Offeror, or to the Offeror with the highest technical rating. Quotes that do not conform to all requirements in this solicitation may be rejected without further evaluation, deliberation, or discussion. Quotes that fail to address essential requirements of the solicitation will not be considered for award. Quotes that are so deficient as to be not considered for award are not eligible for further consideration. Please see Attachment C for the Evaluation Factors for Award. The NAICS code for this procurement is 561720 - Janitorial Services. The size standard is $16.5 million. This corresponds to the Set-Aside Requirement as listed above. Due to the secure nature of the facility, all individuals involved in the project shall be United States citizens. Additionally, the Contractor, and all of its subcontractors, shall be required to sign non-disclosure agreements. The Government reserves the right to deny access to the facility to any individuals at its sole discretion. An email must be submitted listing the individuals and vehicles used in the project 24 business hours before work will begin. All individuals will be escorted throughout the period of performance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS01-09-Q-RES623/listing.html)
 
Place of Performance
Address: Multiple shipping information.<br />
Zip Code: Multiple<br />
 
Record
SN01889074-W 20090729/090728000343-2cc4b40cf262215a0e6538352c80b9af (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.