Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2009 FBO #2843
MODIFICATION

R -- Environmental, Safety and Health Laws Applicable to Firearms Training Facilities

Notice Date
9/4/2009
 
Notice Type
Modification/Amendment
 
NAICS
541110 — Offices of Lawyers
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535
 
ZIP Code
20535
 
Solicitation Number
0264489B
 
Archive Date
10/3/2009
 
Point of Contact
Deborah F. Chin, Phone: 202-324-5723
 
E-Mail Address
deborah.chin@ic.fbi.gov
(deborah.chin@ic.fbi.gov)
 
Small Business Set-Aside
N/A
 
Description
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, proposals are being requested and a written solicitation will not be issued. The Federal Bureau of Investigation (FBI) is soliciting proposals for No. 0264489B for the award of a Firm Fixed Price (FFP) contract to provide the work and deliverables as described in the attached statement of work. The period of performance is for one six-month period with two three month option periods. This is a full and open competition. The NAICS code for this procurement is 541110. A Bidders Mailing List will not be established and hard copies of documents will not be provided. The solicitation will only be available electronically on FEDBIZOPPS. Any amendments when issued will also be available only on this web site. Matters posted on the web site are not terms of the solicitation unless the solicitation is written or amended to include such matters. OFFERORS ARE ENCOURAGED TO REVIEW THE WEB SITE REGULARLY FOR UPDATED INFORMATION. The document attached to this synopsis/solicitation contains: the Statement of Work. Instructions to Offerors: Offerors are advised of the following dates: Questions: Due electronically to D. Chin by Noon, Thursday, September 11, 2009. E-mail: deborah.chin@ic.fbi.gov Proposals: Due electronically to D. Chin by Noon, Thursday, September 18, 2009. E-mail: deborah.chin@ic.fbi.gov Telephone requests or inquiries will not be accepted. Personnel-All personnel identified in the Offeror's proposal and all potential replacement personnel, if any, shall be approved by the FBI. Resumes and references for all professional personnel whom the Contractor expects to work on the Project shall be included in the Contractor's proposal. The Contractor shall be available immediately upon award to begin the Project. Deliverables-General Requirements: All written deliverables shall be provided in hard and electronic copies using Microsoft Word in Arial 12pt font. The electronic copy will be editable (not.pdf or "read only"). The Contractor shall provide 10 paper copies of the final analysis and spreadsheet or table (s) and shall send electronic copies to the representatives of the Office of Integrity and Compliance and of the Office of General Counsel. All deliverables shall be marked and treated as confidential, privileged and the property of the FBI. OFFERORS ARE REQUIRED TO INCLUDE PRICING FOR THE OPTIONAL TWO THREE-MONTH EXTENSIONS WHEN SUBMITTING THEIR COST PROPOSAL. PERIOD OF PERFORMANCE IS: SIX MONTHS WITH TWO - THREE- MONTH EXTENSIONS. The government will provide written notice of its intent to exercise the option to the Contractor 15 days before the end of the base period of performance. An option shall only be exercised if the Government determines that funds are available and there is still a valid Government need. COST PROPOSAL CLIN DESCRIPTION COST 0001 CONTRACT MANAGER NTE 480 HRS $__________ 002 PROJECT PLAN $__________ 0003 STATUS REPORTS $___________ 0004 FINAL ANALYSIS REPORT $___________ 0005 OPTIONAL ORAL SUMMARY $___________ 0006 TRAVEL EXPENSES (per FTR) $___________ 0007 FIRST 3 MONTH EXTENSION $___________ 0008 SECOND 3 MONTH EXTENSION $___________ __________ The cost proposal shall be in a separate section in the Contractor's proposal. DELIVERABLES 1. PROJECT PLAN-DUE UPON THE AWARD OF THE CONTRACT 2. STATUS REPORTS-Due at the 30th, 60th and 90th day.Provide a written summary advising the FBI of the progress and status of Contractor tasks relative to the approved contract and Project Plan. Identify significant accomplishments, milestones and issues as outlined in Section 3.1 3. FINAL ANALYSIS REPORT TO INCLUDE: Written narrative report presenting legal research and analysis. Contractor shall propose a report format, to be agreed upon and/or modified in accordance with discussions with the FBI. Spreadsheet or table(s): One or more spreadsheets or tables setting forth the environmental, safety and health laws as the federal and state levels applicable to the operation and use as well as use, alone, of firearms training facilities by the FBI. The Contractor and the FBI shall agree on the format for these documents. Section 3.2. 4. Optional- The FBI may request up to three oral briefings summarizing the findings requested by the FBI. AWARD The FBI reserves the right to award a contract without discussions with the Offerors. The contract awarded will be set at a firm-fixed price, based on the best value to the FBI as determined by an assessment of each Offeror's ability to satisfy the following criteria in descending order of importance: EVALUATION FACTORS: In order to allow the Source Selection Authority the most flexibility in determining the best value to the Government, the relative order of importance of the evaluation factors are: (1) Technical, (2) Past Performance, and (3) Cost/Price. 1.TECHNICAL EVALUATION-MOST IMPORTANT Factor T-1: EXPERIENCE - VERY IMPORTANT The Offeror will be evaluated on the strength of the Personnel resumes submitted. The offeror shall provide resumes for all personnel. Each resume shall address the areas identified in the solicitation. Personnel will be evaluated as to their ability to fulfill the tasks expected of them taking into consideration past relevant job experience, professional education, specific accomplishments and other relevant factors made available in the proposal. The offeror shall address the following in its proposal: 1. Significant environmental litigation and/or counseling experience with firearms training facilities and/or ranges. 2. Significant litigation and/or counseling experience in the general field of environmental law. 3. Significant litigation and/or counseling experience in the field of occupational health and safety. 4. Logic and reasonableness of approach. 5. Experience in designing and overseeing multi-state legal research projects. Factor T-2 UNDERSTANDING THE REQUIREMENT-IMPORTANT The Offeror will be evaluated on its demonstration of a clear understanding of the technical requirements and ability to demonstrate extensive experience in satisfying similar requirements to those set forth in the Statement of Work. 2. PAST PERFORMANCE EVALUATION-VERY IMPORTANT (BUT NOT AS IMPORTANT AS TECHNICAL) The past performance factor assesses the performance record of the Offeror. These factors are listed in descending order of importance as follows: Factor P-1: Relevance of Experience. The Offeror's experience shall be evaluated on the degree of relevance to requirements of the solicitation on the basis of similarity in size, scope, complexity, technical difficulty, contract type and period of performance. Recent experience (defined as gained in the last 5 years) will be evaluated. Evaluations may include interviews with previous clients or proposed personnel. Factor P-2: Quality of Product or Service This factor shall assess the Offeror's past performance to determine its ability to provide a quality product or service. The quality of the Offeror's past performance shall be evaluated on the basis of information contained in the Offeror's proposal and information the Government obtains through reference checks or other means. Past performance evaluation shall assess the Offeror's record of providing high quality services of a similar nature and in a manner that ensures maximum accuracy, thoroughness, cost effectiveness and overall client satisfaction. 3.BUSINESS PROPOSAL EVALUATION: As stated in the solicitation, all evaluation factors other than price, when combined, are more important than price. The Offeror's business proposal will be evaluated with respect to the price estimated over the life of the project. Proposals shall be evaluated on the feasibility of the work to be performed. Offerors are reminded that the evaluation factors that apply to this solicitation and their relative importance are within the discretion of agency acquisition officials. Price or cost to the Government shall be evaluated in every source selection. The following FAR provisions and clauses are applicable to this procurement: 52.204-7, Central Contractor Registration, 52.212-1, Instructions to Offerors-Commercial Items; 52.212-3-Offeror Representations and Certifications-Commercial Items;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;52.227-14-Rights in Data-General;52.232-1 Payments; 52.232-8,Discounts for Prompt Payment;52.232-11, Extras;52.232-23,Assignment of Claims; 52.232-25, Prompt Payment;52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration;52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration; 52.233-3,Protest after Award; 52.233-4, Applicable Law for Breach of Contract Claim.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/0264489B/listing.html)
 
Place of Performance
Address: 935 Pennsyhlvania Ave, washington, District of Columbia, 20535, United States
Zip Code: 20535
 
Record
SN01941622-W 20090906/090905000739-671149ab934581172b5f3c78070ee69c (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.