Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2009 FBO #2834
SOLICITATION NOTICE

D -- Fixed-Site Iridium Satellite Phone Systems - STATEMENT OF WORK (SOW)

Notice Date
8/26/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517110 — Wired Telecommunications Carriers
 
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
USSS180907
 
Archive Date
9/25/2009
 
Point of Contact
Kim Y Trang, , Benjamin P Senker,
 
E-Mail Address
kim.trang@usss.dhs.gov, Benjamin.Senker@usss.dhs.gov
(kim.trang@usss.dhs.gov, Benjamin.Senker@usss.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
STATEMENT OF WORK (SOW) 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 with this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation, Request for Proposal (RFP) number USSS180907 is a Request for Quotation (RFQ), incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-33. The associated North American Industrial Classification System (NAICS) code for this procurement is 517110 with a small business size standard of $15 million. However, this requirement is unrestricted and all interested Contractors may submit a quotation. The United States Secret Service (USSS) intends to issue a contract with a combination of both firm-fixed priced line items and time and materials line items to the successful offeror whose quote represents the best value to the Government. The USSS has a requirement for the purchase, installation, configuration, integration, airtime and technical support for fixed-site Iridium Satellite Phone Systems in accordance with the attached STATEMENT OF WORK (SOW). *** All interested Contractors shall provide a quote for the following contract line item numbers (CLINs) in accordance with the SOW. CLIN 0001: FIRM-FIXED PRICE New rack mount MXU-2000 4-Channel Multiline Iridium Satellite Phone System, fixed-site QTY: 2 UNIT PRICE: $_____ EXTENDED PRICE: $_____ CLIN 0002: FIRM-FIXED PRICE New Single Channel Iridium Satellite Phone System, fixed-site QTY: 2 UNIT PRICE: $_____ EXTENDED PRICE: $_____ CLIN 0003: MATERIALS AT COST Cables for the installation of two(2) MXU-2000 4-Channel Multiline Iridium Satellite Phone Systems, fixed-site and two(2) Single Channel Iridium Satellite Phone Systems, fixed-site. ESTIMATED TOTAL: $_______ CLIN 0004: LABOR HOURS Installation for two(2) MXU-2000 4-Channel Multiline Iridium Satellite Phone Systems, fixed-site and two(2) Single Channel Iridium Satellite Phone Systems, fixed-site. LABOR HOUR RATE: $______ ESTIMATED TOTAL: $_______ CLIN 0005: FIRM-FIXED PRICE Shipping charges for CLINs 0001, 0002, 0003: $_____ CLIN 0006: FIRM-FIXED PRICE BASE PERIOD SEPTEMBER 01, 2009 - SEPTEMBER 30, 2009 Basic Monthly Service for ten(10) Iridium Satellite Telephone Units for twelve(12) months. Includes 24/7 Technical Support MONTHLY RATE PER UNIT: $________ ANNUAL COST FOR 10 UNITS: $_______ CLIN 0007: FIRM-FIXED PRICE BASE PERIOD SEPTEMBER 01, 2009 - SEPTEMBER 30, 2009 Pooled Air-time rate per minute: $______ CLIN 0008: FIRM-FIXED PRICE OPTION PERIOD 1: OCTOBER 01, 2009 - SEPTEMBER 30, 2010 Basic Monthly Service for ten(10) Iridium Satellite Telephone Units for twelve(12) months. Includes 24/7 Technical Support MONTHLY RATE PER UNIT: $________ ANNUAL COST FOR 101 UNITS: $_______ CLIN 0009: FIRM-FIXED PRICE OPTION PERIOD 1: OCTOBER 01, 2009 - SEPTEMBER 30, 2010 Pooled Air-time rate per minute: $______ CLIN 0010: FIRM-FIXED PRICE OPTION PERIOD 2: OCTOBER 01, 2010 - SEPTEMBER 30, 2011 Basic Monthly Service for ten(10) Iridium Satellite Telephone Units for twelve(12) months. Includes 24/7 Technical Support MONTHLY RATE PER UNIT: $________ ANNUAL COST FOR 10 UNITS: $_______ CLIN 0011: FIRM-FIXED PRICE OPTION PERIOD 2: OCTOBER 01, 2010 - SEPTEMBER 30, 2011 Pooled Air-time rate per minute: $______ CLIN 0012: FIRM-FIXED PRICE OPTION PERIOD 3: OCTOBER 01, 2011 - SEPTEMBER 30, 2012 Basic Monthly Service for ten(10) Iridium Satellite Telephone Units for twelve(12) months. Includes 24/7 Technical Support MONTHLY RATE PER UNIT: $________ ANNUAL COST FOR 10 UNITS: $_______ CLIN 0013: FIRM-FIXED PRICE OPTION PERIOD 3: OCTOBER 01, 2011 - SEPTEMBER 30, 2012 Pooled Air-time rate per minute: $______ CLIN 0014: FIRM-FIXED PRICE OPTION PERIOD 4: OCTOBER 01, 2012 - SEPTEMBER 30, 2013 Basic Monthly Service for ten(10) Iridium Satellite Telephone Units for twelve(12) months. Includes 24/7 Technical Support MONTHLY RATE PER UNIT: $________ ANNUAL COST FOR 10 UNITS: $_______ CLIN 0015: FIRM-FIXED PRICE OPTION PERIOD 4: OCTOBER 01, 2012 - SEPTEMBER 30, 2013 Pooled Air-time rate per minute: $______ EVALUATIONS FACTORS: One offeror will be selected on the basis of its proposal being the best value to the Government, all factors considered. Prospective offerors are advised that a proposal meeting the solicitation requirements with the lowest price may not be selected if award to a higher priced offeror is determined to be more advantageous to the Government. The Government may use information other than that provided by the offeror in its evaluation, including past performance information. All proposals will be evaluated for compliance with the terms, conditions and requirements set forth by this solicitation and the Statement of Work. Proposals will be evaluated using the factors listed below. Technical is more important than Past Performance, and when combined, are more important than Price. Technical, Past Performance and Price are in descending order of importance. (1) TECHNICAL The offeror shall be evaluated on the level of expertise, understanding and capability, and personnel qualifications. (2) PAST PERFORMANCE The Government will evaluate the offeror's and (if applicable) its team members' and principal subcontractors' demonstrated past performance for meeting technical requirements (providing quality services), meeting schedule requirements, business-like concern for the interests of the customer, controlling contract cost, and managing the contracted effort on similar programs. Under this factor, the Government will evaluate how well an offeror has performed similar work before. (3) PRICE For evaluation purposes, the Total Evaluated Price will be the sum of all CLIN amounts. The proposed unit prices and the Total Evaluated Price as previously defined will be evaluated for reasonableness. Also, each offeror's Price proposal will be evaluated to determine if it is consistent with the offeror's technical approach and reflects a clear understanding of the solicitation requirements. Inconsistencies between the Technical and Price proposals may be assessed as proposal risk under the Technical evaluation. The proposal must demonstrate to the Government's satisfaction that the offeror will provide a program that will ensure the successful accomplishment of the Statement of Work (SOW), overall program objectives, and meet solicitation requirements. INSTRUCTIONS FOR PROPOSALS: All proposals must clearly demonstrate that the offeror has a thorough understanding of the requirements as identified in the attached Statement of Work (SOW) and associated risks, is able, willing and competent to devote the resources necessary to meet the requirements and has a valid practical solution for all requirements. Proposals shall also include that the prospective offer can or will comply with the specifications and requirements. Statements paraphrasing the requirements or parts thereof are considered inadequate. PROPOSAL FORMAT: The proposals must be prepared electronically to be printed using standard 8 ½" x 11" paper and single-spaced. The electronic submission shall be on Microsoft Word v2003 or compatible and/or Adobe Acrobat Reader (.pdf) v.8.0 compatible. Type size must not be less than 12 characters per inch (CPI) or 10 point (pt). Reduction may be used only for tables and figures, but legibility must be maintained. Approximately one-inch margins are preferred at the top, sides, and bottom, excluding page number of each page. The offeror shall provide one electronic copy of the proposal via e-mail to kim.trang@usss.dhs.gov by the deadline. PROPOSAL CONTENT: (1) TECHNICAL KNOWLEDGE / EXPERIENCE (suggested page limit - not to exceed 5 pages) The offeror shall demonstrate their technical knowledge of installing, configuring and integrating a fixed-site Iridium Satellite Phone System in relation to the following listed areas. (A) Experience and expertise with installing and configuring cables throughout a multi-story floor building (B) Experience with Iridium Satellite Phone Systems (2) PAST PERFORMANCE Identify contracts containing efforts similar to those efforts required by this solicitation for you, your principal subcontractors and team members. These contracts must be contracts whose performance is within five years of this proposal submission. Provide at least three (3) and a maximum of five (5) contracts for the Prime, and two (2) for each Team Member / principal subcontractor(s). For each contract identified, provide contract data such as contract number, contract award date, contract dollar value, agency, points of contact at the agency name/number/e-mail, brief description of product or service offered under the contract. (3) PRICE Pricing shall be submitted for the above contract line item numbers (CLINs). Provide an estimated total material cost, an estimated cost for installation, and an estimate for any shipping/material handing charge. The pricing shall include sufficient detail to ensure the estimates are complete and reasonable, and to ensure that all Statement of Work (SOW) requirements are included in the price proposal. 4) Company Information (address, telephone number, point of contact) 5) Tax Identification Number 6) Dun & Bradstreet Number 7) the socio economic status of your company 8) completed and signed copy of the FAR 52.212-3, Representations and Certifications *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items.*** The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I 52.219-8 Utilization of Small Business Concerns 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52-222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees 52.222-50 Combating Trafficking in Persons 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act 52.225-13 Restrictions on Certain Foreign Purchases 52.222-41 Service Contract Act of 1965 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract HSAR 3052.209-70, Prohibition on Contracts with Corporate Expatriates USSS 3052.204-90, Unauthorized Use of the U.S. Secret Service Name: In accordance with 18 U.S.C. 709, any contractor, except with the written permission of the Director of the U.S. Secret Service, who knowingly uses the words "Secret Service", "Secret Service Uniformed Division", "U.S.S.S.", "U.D." or any colorable imitation or such words or initials, in connection with or as a part of any advertisement, circular, book, pamphlet or other publication, play, motion picture, broadcast, telecast, other production, product or item, in a manner reasonably calculated to convey the impression that such advertisement, circular, book, pamphlet or other publication, product, or item, is approved, endorsed, or authorized by or by associated in any manner with, the U.S. Secret Service or the U.S. Secret Service Uniformed Division shall be punishable as follows: a corporation, partnership, business trust, association, or other business entity, by a fine under this title; an officer or member thereof participating or knowingly acquiescing in such violation or any individual violating this section, by a fine under this title or imprisonment for not more than one year, or both. ***All quotes shall be received not later than 1:00 PM Eastern Time on SEPTEMBER 10, 2009 via e-mail to Attn: Kim Trang at kim.trang@usss.dhs.gov. Questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Kim Trang) @ kim.trang@usss.dhs.gov. Identify contracts containing efforts similar to those efforts required by this solicitation for you, your principal subcontractors and team members. These contracts must be contracts whose performance is within five years of this proposal submission. Provide at least three (3) and a maximum of five (5) contracts for the Prime, and two (2) for each Team Member / principal subcontractor(s). For each contract identified, provide contract data such as contract number, contract award date, contract dollar value, agency, points of contact at the agency name/number/e-mail, brief description of product or service offered under the contract. Identify contracts containing efforts similar to those efforts required by this solicitation for you, your principal subcontractors and team members. These contracts must be contracts whose performance is within five years of this proposal submission. Provide at least three (3) and a maximum of five (5) contracts for the Prime, and two (2) for each Team Member / principal subcontractor(s). For each contract identified, provide contract data such as contract number, contract award date, contract dollar value, agency, points of contact at the agency name/number/e-mail, brief description of product or service offered under the contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/USSS180907/listing.html)
 
Place of Performance
Address: Washington, DC area, Washington, District of Columbia, 20223, United States
Zip Code: 20223
 
Record
SN01926827-W 20090828/090826235855-d414660d528deab71b02ac346a9d17ac (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.