Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 15, 2009 FBO #2913
SOLICITATION NOTICE

X -- Computer Lab Training Facility equiped with computers for various training requirements.

Notice Date
11/13/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611420 — Computer Training
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-10-Q-00018
 
Archive Date
12/15/2009
 
Point of Contact
Carmelia Rush, Phone: 202 447-5323, Michael E. Jones, Phone: 202-447-5587
 
E-Mail Address
carmelia.rush@dhs.gov, michael.e.jones@dhs.gov
(carmelia.rush@dhs.gov, michael.e.jones@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
The Department of Homeland Security (DHS) Office of Procurement Operations (OPO) Office of Acquisition Data Management Branch (ADMB) has an immediate requirement for a computer lab training facility for various training requirements. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Sub part 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation document will not be issued. (ii) The solicitation number for this requirement is HSHQDC-10-Q-00018 and is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-34. (iii) This is a full and open procurement. The North American Industry Classification System (NAICS) code is 611420 -- Computer Training which has a size standard of $6.5 million. (iv) The Department of Homeland Security (DHS), Office of Procurement Operations (OPO) intends to award a firm fixed priced contract. (v) The objective of this combined synopsis/solicitation is to obtain Computer Lab/Classrooms equipped with computers for various OPO training sessions to include, but not limited to, the following: PRISM Requisitioners, PRISM Training for Approvers/Reviewers, PRISM Buyers - Solicitations, PRISM Fed Connect, PRISM Buyers - Awards, Initiating Awards Modifications (RFM & Regular Requisition), Federal Procurement Data System – Next Generation (FPDS-NG), Contractor Performance Assessment Reporting System (CPARS) and other training classes as directed by the Contracting Officer. The Computer Lab/Classroom facilities must be within close proximity of break areas and restroom facilities and/or be within the same building complex of the classroom location. Classroom facilities must be within the Washington, D.C. metropolitan area and be accessible by Metro Rail. The Metro Rail stop closest to the classroom location must be no more than one-quarter (1/4) mile walk to the classroom facility. Scheduling of Computer Lab/Classroom shall primarily be Monday through Friday, excluding federal holidays, and may or may not be of consecutive days. Computer Lab/Classroom shall be available from 8:00 am to 5:00 pm and reserved exclusively for OPO use on scheduled training days. The Computer Lab/Classroom shall be able to access the DHS Server and possess Static IP addresses. The Government shall have the right to cancel or reschedule the use of classroom(s) within 24 hours of the scheduled usage without incurring penalties or fees. The Training Facility shall not have the right to cancel use of a scheduled training room without giving DHS OPO no less than 48 to 72 hours notice. (vi) The contractor shall provide the use of one Computer Lab/Classroom with a minimal of twelve (12) functioning computers for students and one (1) for the instructor for up to one hundred and forty-seven (147) days. Classes will be scheduled quarterly or in three month intervals. The contractor shall provide the use of one Computer Lab/Classroom for an option period with a minimal of twelve (12) functioning computers for students and one (1) for the instructor for up to fifty (50) days. Classes will be scheduled quarterly or in three (3) month intervals. The contractor shall provide the use of a second classroom in the base and option period, upon request, to meet surge requirements which may be scheduled for use concurrently with the primary Computer Lab/Classroom. The contractor shall allow drop-shipments of training materials to be delivered and stored at the training facility for the instructor to distribute prior to training. The contractor shall provide Technical Support, as necessary, during scheduled Computer Lab/Classroom uses. (vii) Equipment requirements are as follows: - Each computer shall be equipped with a minimum of 1 GHz Processor, 1024 MB RAM, 20 GB HD, CRT 15 Inches, and O/S Win XP or higher. - Each computer shall be equipped with Microsoft Internet Explorer 6.0 or higher Web Browser. - Each computer shall be equipped with Adobe Acrobat Reader 7 or higher. - Internet access shall be provided at a connection speed of 1.544 Mbps (T1) or greater with sufficient bandwidth. - Each Computer Lab/Classroom shall be provided with a network printer with paper for use by OPO training staff and students. - Each Computer Lab/Classroom shall be provided with a digital projector and screen. - Each Computer Lab/Classroom shall be provided with a whiteboard, markers and erasers. (viii) Other requirements and deliverables. The contractor shall provide a monthly report with the following information: Month/Year of Service Point Of Contact to include name, telephone number, email address and physical mailing address Dates the training rooms were used by DHS/OPO Cost per day for each room Sub-Total for the current month Grand Total for the Year-To-Date amount The Government will have 15 calendar days to review and accept the Task Order deliverables. (ix) Performance Period: The period of performance including options is from 14 December 2009 through 13 April 2010 or date of award through 12 months and a 4 month optional period (if exercised). (x) The contract line item number (CLIN) structure is as follows: CLIN 0001 Base Period - 14 Dec 2009 – 13 Dec 2010 (147 Days) Computer Lab/Classroom Training facilities equipped with computers for various Office of Procurement Operations (OPO) training sessions as outlined in the statement of work. CLIN 1001 Optional Period 14 Dec 2010 - 13 Apr 2011 (50 Days) Computer Lab/Classroom Training facilities equipped with computers for various Office of Procurement Operations (OPO) training sessions as outlined in the statement of work. (xi) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addendum has been attached to this provision: Offerors’ must address each of the technical requirements outlined in sections “v - x”. Offerors’ submissions must include the following information: Dun & Bradstreet Number (DUNS); North American Industrial Classification System (NAICS) Code; Contact Name; Contact Email Address; Contact Telephone and Fax Number; Complete Business Mailing Address. Offerors must submit the name and contact information of at least two relevant past performance references. Each Offeror shall submit Pricing as a separate document that may include the format shown in section (x). Fixed monthly or 5 day period (Monday - Friday) rates shall include all costs and fees. Instructions for Past Performance 1. Past performance may cite federal, state, local government, or commercial sources, and should highlight the company's key role in the past performance being documented. This information shall consist of a one (1) page introductory matrix listing the offerors' and its critical subcontractors' past performance references. The offeror shall provide a minimum of three references. In addition, the offeror may submit a minimum of three references for subcontractors who are expected to perform aspects of this effort that the offeror considers critical to overall successful performance. The offeror should include rationale supporting the assertion of relevance for each reference. These references should also be from different contracts. To be considered, past performance data may not be older than three (3) years (but could vary based on the industry) from the date of the proposal, and may include active contracts. Further, offerors should include a list of all relevant DHS on-going contracts or contracts completed for the specified period. 2. Past performance references shall be as a prime contractor or first-tier subcontractor on previous or current projects/tasks that are similar in size, scope, and complexity to the work identified in the Statement of Work. Past performance does not necessarily have to be Government-related; but it is important to demonstrate and provide evidence of past performance for work similar to that described in the Request for Quotation (RFQ). The offeror is required to clearly demonstrate management actions implemented to overcome problems and the effects of those actions, in terms of improvements achieved or problems solved. Evidence of performance-based methodologies in past performance shall be provided where available. 3. The Government reserves the right to use publicly available reports and data from the Government past performance data systems such as Past Performance Information Retrieval System ( http://www.ppirs.gov ). The Government may also use present and/or past performance data obtained from a variety of sources, not just those contracts identified by offerors. For each reference, provide: a. Reference Name (Company or Entity) b. Program Title c. Contracting Agency/Private Company d. Contract Number/Task Order Number (if applicable) e. Brief description of the contract effort, including results and successes f. Type of Contract g. Period of Performance h. Original contract dollar value and current or actual dollar value i. Actual completion date j. Contact names, addresses, telephone numbers, Fax numbers and e-mail addresses of current, or last (if contract completed) Program Director/Manager and/or Contract Manager. (xii) The provision at 52.212-2, Evaluation – Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Past Performance and 2) Site Visit. Contractors will be technically evaluated based on their adherence to the requirements set forth in Sections (v - xiii). Evaluation Factor Factor: Past Performance - The offerors' proposal will be evaluated to determine the extent to which their performance demonstrates the likelihood of successful performance in providing requirements similar in size and scope of this solicitation. The Government may choose to evaluate publicly available reports, and/or data from Government past performance data systems such as Past Performance Information Retrieval System ( http://www.ppirs.gov/ ). The Government may use present and/or past performance data obtained from a variety of sources, not just those contracts identified by offeror. The information gathered for past performance may also be used in the responsibility determination. The Government will review all past performance data submitted with the proposal and will contact all of the referenced companies/organizations and others to verify past performance information. The Past Performance factor will be rated as follows: Rating Symbol Definition Outstanding O Based on the Offeror's record of past performance, no issues, concerns, or risks are associated with receiving timely services and contract performance. Past performance surveys and the Offeror's experiences indicate that the Offeror is capable of significantly exceeding the requirements of the RFQ. Good G The Offeror's record of past performance indicates there is very little risk associated with receiving quality products, timely services and full contract performance. Past performance surveys and the Offeror's experience indicate the Offeror is capable of exceeding the requirements of the RFQ. Acceptable A The Offeror's record of past performance indicates that there is some potential risk associated with receiving quality products, timely services, and contract performance. Past performance surveys and the Offeror's experience indicate the Offeror is capable of meeting the requirements of the RFQ. Unsatisfactory U The Offeror's record of past performance indicates it is likely to have problems meeting the requirements of the RFQ. Neutral N No past performance/experience available for evaluation. Offeror has asserted that it has no directly related or relevant past performance experience. Proposal receives no merit or demerit for this factor. Past Performance and Site Visit, are of equal importance. When combined the technical factors are significantly more important than price; however as proposals become more technically equal, price could become a determining factor. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (xiii) FAR 52.212-3 Offeror Representations and Certifications—Commercial Items. The Federal Acquisition Regulation requires offerors to complete Representations and Certifications through the On-line Representation and Certification Application (ORCA) at least annually as of January 1, 2005. The offeror is hereby required to complete the ORCA via http://orca.bpn.gov prior to the response due date and submit a copy with your offer. (xiv) The clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None. (xv) The provision at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition. Additional FAR clauses applicable to this requirement are: The clause at 52.203-6 Restrictions on Subcontractor Sales to the Government – Alt. I (OCT 1995), 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters (DEC 2008), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Item (JAN 2009); 52.217-8 Option to Extend Services (NOV 1999), 52.217-9 Option to Extend the Term of the Contract (Mar 2000); 52.222-3 Convict Labor (JUN 2003), 52.222-19, Child Labor – Cooperation with Authorities and Remedies (FEB 2008), 52.222-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (SEPT 2006), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006); 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003); (xvi) The following additional clauses are cited: 52.204-7 Central Contractor Registration (APR 2008); 3052.242-72 Contracting Officer’s Technical Representative. Full text of FAR clauses and provisions incorporated by reference can be found at www.arnet.gov and HSAR Clauses at http://farsite.hill.af.mil/VFHSARA.HTM (xvii) Rating under the Defense Priorities and Allocations System (DPAS) – N/A. (xviii) Any requests for additional information or explanations concerning this document must be received no later than Thursday, 19 November 2009 at 10:00 a.m. Eastern Standard Time (EST). Quotes are due no later than Monday, 30 November 2009 at 10:00 a.m. (EST) and must be submitted electronically (via email) to the individuals noted in section “xix”. Site visits will be scheduled between the 1st and 8th of December 2009. (xix) For more information regarding this solicitation please contact Carmelia Rush, Contract Specialist, (202) 447-5323/ Carmelia.Rush@dhs.gov or Michael Jones, Contracting Officer at (202) 447-5587/ Michael.Jones@dhs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-10-Q-00018/listing.html)
 
Place of Performance
Address: Contractor's facility/National Capital Region (NCR), United States
 
Record
SN02003483-W 20091115/091113235656-180d38675944142984b4d8bf214789b1 (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.