Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 27, 2009 FBO #2925
SOLICITATION NOTICE

R -- Professional, administrative, and management support services

Notice Date
11/25/2009
 
Notice Type
Presolicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (M/CON), 330 C Street, SW, Room 4300, Washington, District of Columbia, 20237, United States
 
ZIP Code
20237
 
Solicitation Number
BBGCON112309-KSH
 
Archive Date
1/1/2010
 
Point of Contact
Karen S. Harper, Phone: 202-382-7857, Herman P Shaw, Phone: 202-382-7856
 
E-Mail Address
kharper@bbg.gov, hshaw@bbg.gov
(kharper@bbg.gov, hshaw@bbg.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED; see attached Scope of Work (SOW). The Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB), has a requirement for a contractor to provide a wide range of security services worldwide for the IBB Office of Security. (ii) Solicitation No. BBGCON112309-KSH is issued as a Request for Proposal (RFP) and a commercial item contract will be awarded using the contracting by negotiation procedures in FAR Part 15. (iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Regulations. (iv)This is a full and open procurement to provide a full range of security services to the BBG/IBB/VOA, under NAICS 561621. (v) The contractor shall provide a Contract Line Item price to provide a full range of security services as stated in the SOW (see attached MSWord file). (vi) STATEMENT OF WORK: See attached MSWord file. (vii) The contract terms will begin with service starting on or about January 01, 2010 through December 31, 2010, with an option to extend services under FAR clause 52.217-8 Option to Extend Services, depending upon the availability of funding. (viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested contractors who are capable of providing these services should submit a quote identifying capabilities as noted below. The contractor shall demonstrate the ability and experience in providing the required services as stated in the SOW. Interested contractors must provide in their quote a narrative about how they will address security requirements, in addition of listing similar projects with the same or like requirement, budgetary estimates, and the names, addresses, telephone numbers, and email addresses of references who have direct knowledge of the contractor's skills and experience. Offerors responding to this solicitation shall submit the following items to the contracting officer: [1] Resume(s) of the key personnel who will support BBG for the duration of this project; [2] Narrative and detailed information on service requirement and identify the contractor's Quality Control Plan, the proposed commitment in meeting the specific timeframe hours/days and the performance measures that the offeror will take to meet all contract requirements; [3] Detailed information on past performance, including recent (within last 3 years from date of this notice) and relevant contracts for similar services and other references including contract numbers, points of contact with telephone numbers, email addresses and other relevant information; and [4] A firm-fixed-price for one (1) security specialist to perform varied tasks from January 01, 2010 through December 31, 2010, (based on a 8 hour day (45 minute lunch excluded), 40 hours a week). Proposals must be provided in English and United States dollars. (ix) The Government will award a Commercial Item, Firm-Fixed-Price contract resulting from this RFP to the responsible offeror whose offer conforming to the RFP will be most advantageous to the Government, based on price, technical, past performance, and other factors in the solicitation. When combined, technical evaluation factors are approximately equal to cost/price. The following factors shall be addressed in the technical proposals and shall be used to evaluate proposals: 1) The contractor must provide a description of the approach that they will take to meet the requirement (Management Approach); 2) The contractor's understanding of the requirements and ability of the contractor to provide the required services meeting the technical requirements stated herein (Contractor Qualifications); 3) A description of contractor's organization and its demonstrated capabilities in performing the service requirement and schedule (Capabilities Statement); 4) Detailed information on past performance and relevant contracts for similar services with a minimum of three (3) references including contract numbers, points of contact with telephone numbers, email and other relevant information (Past Performance); and 5) Individual resumes of contractor personnel able to work on this project (Key Personnel). Offerors are cautioned that failure to address each of the above factors may deem their quote unacceptable. Following an initial evaluation of the qualification and performance data submitted discussions may be held with firms within the competitive range. (x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with its offer. Proposals must also include contractor's DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. The contractor must be registered on-line with the Central Contractor Registration (CCR) Web site at: http://www.ccr.gov/Start.aspx. The successful Offeror will be required to complete and submit an ACH form, for Electronic Funds Transfer (EFT), to the Contracting Officer before submitting their first invoice. (xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with no addenda to the clause. (xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); 52.216-24 Limitation of Government Liability; 52.216-25 Contract Definitization; 52.219-8 Utilization of Small Business Concerns (15 U.S.C. 637(d)(2) and (3)); 52.219-14 Limitations on Subcontracting (15 U.S.C. 637(a)(14)); 52.222-3 Convict Labor (E.O. 11755); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (E.O. 13126); 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Products (42 U.S.C. 6962(c)(3)(A)(ii)); 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169); 52.225-13 Restrictions on Certain Foreign Purchases (EOs, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); and 52.239-1 Privacy or Security Safeguards (5 U.S.C. 552a). (xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation and the proposed subsequent contract are: 52.203-2 Certificate of Independent Price Determination; 52.204-3 Taxpayer Identification; 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters; 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.215-6 Place of Performance; 52.216-18 Ordering; 52.216-21 Requirements; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.219-1 Small Business Program Representations; 52.222-22 Previous Contracts and Compliance Reports; 52-222-25 Affirmative Action Compliance; 52.228-5 Insurance-Work on a Government Installation; 52.232-1 Payments; 52.232-11 Extras; 52.232-19 Availability of Funds for the Next Fiscal Year; 52.232-25 Prompt Payment; 52.233-1 Disputes; 52.233-2 Service of Protest; 52.333-4 Applicable Law for Breach of Contract Claim; 52.237-3 Continuity of Services; 52.246-4 Inspection of Services; 52.246-25 Limitation of Liability-Services; 52.247-35 F.o.b. Destination, Within Consignee's Premises; 52.252-1 Provisions Incorporated by Reference; and 52.252-2 Clauses Incorporated by Reference. (xiv) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition. (xv) Notice of Delay - If the contractor becomes unable to complete the contract work at the time(s) specified because of technical difficulties, notwithstanding the exercise of good faith and diligent efforts in the performance of the work called for hereunder, the contractor shall give the contracting officer written notice of the anticipated delay and the reasons therefore. Such notice and reasons shall be delivered promptly after the condition creating the anticipated delay becomes known to the contractor but in no event less than forty-five (45) days before the completion date specified in this contract, unless otherwise directed by the contracting officer. When notice is so required, the contracting officer may extend the time specified in the schedule for such period as deemed advisable. (xvi) There are no additional contract requirement(s) necessary for this acquisition other than those consistent with customary commercial practices. NOTE: See government-wide numbered notes 13 and 25. (xvii) Failure to provide any of the above-required CLIN may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Proposals shall be in writing and must be signed by an official authorized to bind the organization. Oral proposals will not be accepted. Questions must be submitted in writing to the contract specialist at the email address or facsimile number provided at the end of this notice. Proposals shall be submitted in an original and three copies must be sent via courier or overnight delivery prior to the deadline not later than 2:00PM ET, December 17, 2009, to the BBG/IBB, Office of Contracts (M/C), Switzer Building, Room 4300, 330 C Street, SW, Washington, DC 20237. (xviii) Contact: Any questions related to this proposed acquisition shall be submitted in writing and shall be sent directly and only to the Contract Specialist, Karen S. Harper via e-mail at kharper@bbg.gov. All responsible sources shall be considered by the BBG/IBB. All written requests for information regarding this requirement shall include company name, mailing address, point of contact, telephone number, and facsimile number.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBGCON112309-KSH/listing.html)
 
Place of Performance
Address: BBG/IBB, Office of Contracts, Switzer Building, Room 4300, 330 C Street, SW, Washington, District of Columbia, 20237, United States
Zip Code: 20237
 
Record
SN02012179-W 20091127/091125235641-22a0730296e4c89195e40b2423164b3a (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.