Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2009 FBO #2836
SOLICITATION NOTICE

R -- Program Management Support Services - HSHQDC-09-Q-00433

Notice Date
8/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-09-Q-00433
 
Archive Date
9/24/2009
 
Point of Contact
Michael E. Jones, Phone: 202-447-5587, GARY HICKEY, Phone: 202-447-5330
 
E-Mail Address
michael.e.jones@dhs.gov, GARY.HICKEY@DHS.GOV
(michael.e.jones@dhs.gov, GARY.HICKEY@DHS.GOV)
 
Small Business Set-Aside
N/A
 
Description
SF 1449 Attachment A/Statement of Work/Other Applicable Clauses Bi-National Study to examine illegal movement of criminal proceeds. The Department of Homeland Security (DHS), Under Secretary for Management, Office of Counternarcotics Enforcement requires program management consulting services for the development and production of a bi-national study that will enhance intelligence and information related to the illegal movement of criminal proceeds from the United States into Mexico, and subsequently moved to a third country. The study will seek to support United States Government (USG) and Government of Mexico (GOM) operational efforts, both tactical and strategic, to deny transnational criminal networks the ability to move monies. (i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; quotations are being requested and a separate written solicitation will not be issued. (ii) The solicitation number for this requirement is HSHQDC-09-Q-00433 and is being issued as a Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. (iv) This procurement is not set-aside for small business concerns. The North American Industry Classification System (NAICS) code is 541611 - Administrative Management and General Management Consulting Services which has a size standard of $7 million. The Department of Homeland Security, Office of Procurement Operations intends to award a fixed price purchase order. (v) The contract line item number (CLIN) for this requirement is as follows: CLIN 0001 Bi-National Study to examine illegal movement of criminal proceeds. September 30, 2009 – April 9, 2010 CLIN 0001 is firm-fixed price. For this requirement, the Government estimates a total of 3,120 labor hours for three (3) individuals will be required. In addition, it is estimated that a total of 20 travel days will be required to be spent along the U.S. - Mexico Border and an additional 60 travel days will be required to be spent in Mexico in order to accomplish the objectives specified in the Statement of Work. All travel shall be included with the total offered firm fixed price. (vi) Description of requirements for the items to be acquired. The Department of Homeland Security (DHS), Under Secretary for Management, Office of Counternarcotics Enforcement requires program management consulting services for the development and production of a bi-national study that will enhance intelligence and information related to the illegal movement of criminal proceeds from the United States into Mexico, and subsequently moved to a third country. The study will seek to support United States Government (USG) and Government of Mexico (GOM) operational efforts, both tactical and strategic, to deny transnational criminal networks the ability to move monies. See Attachment A -Statement of Work/Clauses. (vii) Date(s) and place(s) of delivery and acceptance. See Attachment A -Statement of Work/Clauses. (viii) FAR 52.212-1 Instructions to Offerors - Commercial Items (June 2008) is incorporated into this solicitation. Offerors may obtain the full text version of this provision electronically at http://www.arnet.gov/far. The solicitation will be evaluated using the following factors. Offerors must submit the following information as part of their technical proposals: Volume 1: Technical Proposal Factor 1, Technical Approach: The Offeror must define their technical approach that satisfies the requirements defined in the Statement of Work. The Offeror’s technical approach should include the following: 1) discussion of the background, objectives, and work requirements of the SOW; 2) discussion of proposed methods and techniques for completing the work requirements; 3) discussion which supports how the study will be: a) produced in both English and Spanish; b) produced in both the restricted and non restricted (public) versions; 4) discussion of any anticipated major difficulties and problem areas, along with potential recommended approaches for their resolution; 5) discussion of major logistical considerations of working internationally, relating with foreign governments and their agents, and in an environment where Spanish is spoken. Factor 2, Experience: The Offeror must provide information based on demonstrated and relevant experience to the requirements specified in the Statement of Work. The information shall describe directly related experience in field research and knowledge of financial systems. This information must also describe directly related experience in the preparation and production of Studies identified in Section 2 (Scope) of the Statement of Work. Specifically, the offeror must provide demonstrated experience with collaborating with other foreign countries relating to initiatives that are comparable to this requirement. It is highly desired that the examples of the demonstrated experience be in a Spanish speaking country such as Mexico. This factor shall include the key personnel assigned to work under this task order and include a resume. The job title or labor category for each proposed key personnel must be provided. The proposed key personnel should have the education, expertise and knowledge necessary to produce the level of work required in the Statement of Work. In addition, the proposed key personnel must possess the skill set and technical abilities necessary to meet the requirements described in the Statement of Work. It is recommended that the key personnel assigned to this requirement possess a minimum of 5 years experience in the participation in and development of the requirements specified in the Statement of Work. All personnel are required to have an active secret clearance or higher. It is highly desired that the key personnel must have the ability to speak and understand Spanish. The key personnel must have the education relevant to undertake financial and investigative research work and possess a Masters Degrees or higher. These qualifications must be demonstrated through submission of resumes. Samples of completed documents that are comparable to this requirement shall be submitted with the technical proposal. Restricted versions of these documents are acceptable. Factor 3, Past Performance: The Government will evaluate the information submitted for active or complete “relevant/recent” contracts/task orders and subcontracts (including Federal, State, local government and commercial) directly related to the tasks to which the Offeror is proposing. Recent is defined as within the last three (3) years from the release date of the RFQ. Relevant is defined as work similar in complexity and magnitude to the scope of work identified in the SOW. This evaluation will focus on the size, scope and complexity of the efforts, and the degree of relevance to the proposed tasks. If applicable, the evaluation will also address the extent to which the quote includes subcontracting arrangements duly executed by the parties of the Offeror’s team. The Government is particularly interested in the involvement/experiences of those key personnel that will be used by your firm in fulfilling the requirements of the Statement of Work. The Offeror shall identify three (3) contracts/task orders that demonstrate recent and relevant past performance and must include the following information: • Project Title • Project or Contract/Order Number • Project Period of Performance (i.e., start and end dates) • Name of federal, state, or local agency or name of private entity for which the project was performed • Name of Customer Organization and Point of Contact (name, title, address, telephone number, and email address) • Description of Project, including estimated dollar value and duration of project • Brief narrative of why your firm believes this reference is relevant to the proposed requirement • Key Personnel involved if the individuals are proposed to support this requirement The past performance evaluation will examine the extent to which the Offeror’s past performance demonstrates their capability and capacity to deliver high quality service and solutions for the tasks within the SOW. In conducting the past performance assessment, the Government may use data obtained from other sources as well as that which is provided in the proposal. Quoters’ shall forward the Past Performance Questionnaire, Attachment B, to the Quoters’ references. The references shall then forward their completed questionnaires to the Contracting Officer. Questionnaires shall not be delivered back to the Quoter. The questionnaires shall be delivered via email directly from the Quoter’s references to michael.e.jones @ dhs.gov. Lack of relevant past performance will result in assignment of a neutral past performance rating indicating neither a favorable nor unfavorable evaluation ranking. Volume 2: Business Proposal Offerors shall submit the following: -Firm-fixed price for CLIN 0001 -Verification of CCR registration (go to http://www.ccr.gov for more information) -Verification of ORCA registration (go to https://orca.bpn.gov/ for more information) -Fill in and submit HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (located in Attachment A) -Acknowledge consideration of E-Verify in performing the task order. See http://www.dhs.gov/e-verify. Technical Proposals shall not exceed 20 pages. Offerors’ shall not include any price information in the Volume 1 submission. There are no page limits to Volume 2, Price Quote. The Price Quote must contain the completed SF 1449 pages along with the Representations and Certifications identified in Attachment A of this RFQ. (ix) FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) The Government will award a purchase order to the responsible offeror whose offer conforming to the solicitation requirements will be most advantageous to the Government, price and other factors considered. The following factors as outlined in Volume 1 (Technical Proposal) shall be used to evaluate offers: Technical Approach Experience Past Performance (a) The technical factors are listed in descending order of importance. Technical Approach is more important than Experience which is more important than Past Performance. When combined, the technical factors are significantly more important than price; however as proposals become more technically equal, price could become a determining factor. (b) Price Evaluation. For price evaluation purposes the hourly rate for each proposed key personnel labor category will be multiplied by the number of estimated hour and will be added together to arrive at a total evaluated price. The hourly rate for each labor category submitted by the Contractor in response to this RFQ is not an estimate and shall be the rate used for the task order. (c) Written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless written notice of withdrawal is received before award. (End of Provision) (x) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (Aug 2009) is to be submitted with your offers. If the offeror has completed the annual representations and certifications electronically at the http://orca/bpn.gov website, the offeror shall complete and submit only paragraph (j) of 52.212-3. The offeror must have a current profile in the Online Representations and Certifications (http://orca/bpn.gov) prior to award. Per 52.204-7, Central Contractor Registration, the offeror must be registered in Central Contractor Registration (www.ccr.gov) before award. (xi) Including the Clauses incorporated by full text in Attachment A, the following FAR and Homeland Security Acquisition Regulation (HSAR) clauses and provisions are incorporated by reference and applicable unless otherwise noted. These provisions and clauses may be accessed via the world wide web at: www.acquisition.gov/far and www.dhs.gov. FAR 52.212-4 Contract Terms and Conditions - Commercial Items (March 2009);. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Aug 2009); The following clauses in 52.212-5 are applicable: 52.219-8, Utilization of Small Business Concerns, 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 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 ersons, 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration; 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (xiii) Additional contract requirements or terms and conditions for this solicitation. FAR 52.217-8 – Option to Extend Services (November 1999) 52.224-2 Privacy Act (April 1984) 52.227-14 – Rights in Data-General (Alt IV) (December 2007) (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable for this solicitation. There are no numbered notes for this solicitation. (xv) Questions regarding this RFQ must be submitted in writing no later than 3:00 PM Eastern Standard Time Wednesday, September 2, 2009 to the Contracting Officer, Mr. Michael Jones, at Michael.E.Jones@dhs.gov. Each Quoter is requested to submit an electronic copy of your firm’s quote. The quote shall be submitted no later than 3:00 PM Eastern Standard Time Wednesday, September 9, 2009 to Mr. Michael Jones, at Michael.E.Jones@dhs.gov. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-09-Q-00433/listing.html)
 
Place of Performance
Address: Refer to Attachment A, Statement of Work, Washington, District of Columbia, 20528, United States
Zip Code: 20528
 
Record
SN01932044-W 20090830/090829004645-fa299fbe12a10a97c32d8bb3c1cfb2b8 (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.