SOLICITATION NOTICE
R -- Audit Services MDC/GSM Contracts - Attachments
- Notice Date
- 10/13/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541211
— Offices of Certified Public Accountants
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Gulf Coast Recovery Office (GCRO), 500 C Street SW, Patriots Plaza -- 2nd Floor, Washington, District of Columbia, 20472
- ZIP Code
- 20472
- Solicitation Number
- HSFEMS-09-R-0011
- Archive Date
- 11/25/2009
- Point of Contact
- Fay L. Miley, Phone: 2288979584, Deborah S. Hailey, Phone: 2288979589
- E-Mail Address
-
fay.miley@dhs.gov, deborah.hailey@dhs.gov
(fay.miley@dhs.gov, deborah.hailey@dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- SF 1449 This is a combined synopsis/solicitation to negotiate a Firm Fixed Price type contract for Auditing Services. Request for proposal HSFEMS-09-R-0011 is in accordance with FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. The announcement/solicitation is restricted to Small Business entities, FAR 19.5, Set-Asides for Small Business and constitutes the only solicitation document that will be issued. The Period of Performance for this requirement is December 1, 2009 through November 30, 2010. For requirements see attachment, Statement of Objectives for this solicitation. Offerors shall perform no less than 90% of the work in-house. This solicitation is issued pursuant to the Robert T. Stafford Act, 42 U.S.C. 5150 and is restricted to Small Business entities residing and primarily doing business in the Presidentially declared counties, State of Mississippi. DR-1604-MS. Declaration can be viewed at www.fema.gov. Offerors are required to be CCR (Central Contractor Registration; www.ccr.gov ) registered and maintain active registration throughout the contract's Period of Performance. In addition, offerors must about comply with FAR 52.213-3(b)(1)(2), offeror must complete annual representations and certifications electronically via ORCA ( http://orca.bpn.gov ). All proposals submitted in response to HSFEMS-09-R-0011 shall remain valid for thirty (30) days to accommodate possible legal reviews. Award will be made to the offeror determined to be the Best Value to the Government in accordance with FAR 52.212-2, Evaluation - Commercial Items. Evaluations may be made with or without discussions with the offeror(s). Proposals will be evaluated for Price, Technical Performance and Past Performance. More importance will be placed on Technical and Past Performance than Price. This is an "all or none" requirement and will be awarded on one contract. Multiple contracts will not be issued. Contractors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated. The following provisions and clauses shall apply to this solicitation: 52.252-2, Clauses incorporated by Reference. This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at this address: http://arnet.gov/far. 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items along with his/her proposal; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.216-1, Type of Contract; 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items, Alternate II; 52.203-5 Covenant Against Contingent Fees; 52.246-4 Inspection of Services-Fixed Price; 52.226-3 Disaster or Emergency Area Representation; 52.233-2 Service of Protest; 52.233-4 Applicable Law for Breach of Contract Claim; 52.233-3 Protest After Award; HSAR 3052.209.70 Prohibition on Contracts with Corporate Expatriates. Proposals shall include all information required in FAR 52.212-3. See attachment SF 1449. Included in this solicitation is attachment SF 1449 that provides: D.1 Statement of Objectives, D.2 Proposal, D.3 Evaluation and Award, D.4 Invoicing Procedures, D.5 Protest to the Agency, D.6 Performance Work Statement Checklist and D.7 Confidential Reference Check. Submit price/technical/past performance proposal as stipulated in attachment D.2, Proposal, to: Via Mail: Fay L. Miley, Contracting Specialist and Deborah S. Hailey, Contracting Officer, DHS/FEMA/MSRO, 220 Popps Ferry Road, Biloxi, MS 39531; Hand Delivery: 284 Eisenhower, Biloxi, MS 39531. Closing date for receipt of quotes is Friday, November 10, 2009 at 4:30 p.m. CST. Proposals not following guidelines set out in this solicitation (refer to attachment SF 1449 for complete proposal requirements and/or submitted after the closing date/time will be considered non-responsive and will be excluded from the evaluation process.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/GC001/HSFEMS-09-R-0011/listing.html)
- Place of Performance
- Address: DHS/FEMA/MSRO, 220 Popps Ferry Road, Biloxi, Mississippi, 39531, United States
- Zip Code: 39531
- Zip Code: 39531
- Record
- SN01984554-W 20091015/091013234748-8b3bc857826126f5063a593349e430f0 (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 |