MODIFICATION
59 -- Electrical Upgrades at JJRTC
- Notice Date
- 8/17/2011
- Notice Type
- Modification/Amendment
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223
- ZIP Code
- 20223
- Solicitation Number
- 278601
- Archive Date
- 9/13/2011
- Point of Contact
- Danielle M. Donaldson, Phone: (202) 406-6812, Cheryl A Bernhard, Phone: (202) 406-6826
- E-Mail Address
-
danielle.donaldson@usss.dhs.gov, cheryl.bernhard@usss.dhs.gov
(danielle.donaldson@usss.dhs.gov, cheryl.bernhard@usss.dhs.gov)
- Small Business Set-Aside
- Woman Owned Small Business
- Description
- Description This is a synopsis/solicitation for commercial services 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; proposals are being requested and a written solicitation will not be issued. Solicitation number 278601 is issued as a Request for Proposals (RFP). The Government intends to award a competitive commercial fixed priced type contract for the US Secret Service. This solicitation is a 100% set-aside for Women Owned Business. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-50. The NAICS code is 238210 - Electrical Contractors, and the small business size standard of $14 million. This requirement is to provide upgrade to the electrical fixtures to be in compliance with energy savings in compliance with Executive Order 13423 at James J. Riley Training Center (JJRTC) in Laurel, MD. See attached Statement of Work. The contract is intended to be awarded on or before August 10, 2011. Award will be made on lowest price technically acceptable. The resulting contract will be from date of award until completion (estimated 60 days for completion). Potential offerors are hereby notified that the solicitation and subsequent amendments to the solicitation will only be available by downloading the documents at the Federal Business Opportunities Website at http://www.fbo.gov. This office will not issue hard copy solicitations. By submitting a proposal, the vendor will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. I. CONTRACT LINE ITEM (CLIN) SPECIFICATIONS II. SITE VISIT INFORMATION III. FORMAT AND SUBMISSION OF PROPOSAL IV. EVALUATION FACTORS V. PROVISIONS AND CLAUSES VI. ADDITIONAL INFORMATION FOR OFFERORS I. CONTRACT LINE ITEM (CLIN) CLIN 0001 Provide upgrade to the electrical fixtures on the JJRTC campus. II. SITE VISIT INFORMATION A site visit is scheduled for Wednesday, June 29, 2011 at 9AM (edt) at 9200 Powder Mill Road, Laurel, MD. To participate, eligible firms must be registered in Central Contractor Registration (CCR) within the NAICS code referenced herein. Vendors are required to be registered in the Central Contractor Registration (CCR) http:www.ccr.gov and shall complete the On-Line Registration and Certifications Application (ORCA) http://orca.bpn.gov. Firms interested in attending the site visit must: (1) submit proof of CCR Registration, i.e. provide Dun & Bradstreet Number (DUNS), (2) complete a non-disclosure agreement (Agreement) for individual(s) to attend the site visit, and (3) complete the contractor access form. To receive the appropriate forms, please email me a copy of your DUNS number and once DUNS is verified I forward copy of the appropriate forms by email. All forms should be returned to the Procurement Division (PRO), Attn: Danielle Donaldson at e-mail Danielle.Donaldson@usss.dhs.gov no later than Monday, June 27, 2011 at 10:00 am (EDT). Please call to confirm receipt by PRO if no response is received within one hour of email transmittal. Upon receipt of all three items, PRO will forward information pertaining to the site visit (address, time, site visit protocol) to the eligible firm(s). To participate in the site visit, each individual must complete a contractor access form; individuals who have not completed an Agreement prior to the site visit will not be allowed access. Firms are responsible for all costs associated with the site visit. Contractor personnel proposed to work under this contract shall be U.S. citizens (green cards not accepted) and non-felons. III. FORMAT AND SUBMISSION OF PROPOSAL Part A. PRICING - CLIN 0001 -- The offeror shall provide break down of pricing for each location listed in the SOW. Breakdown should include labor and materials. Part B. OFFEROR INFORMATION : The offeror shall provide: 1) Name, title, telephone number, fax number, and email address of the point of contact. 2) Nine-digit DUNS. The DUNS is used to verify that the vendor is in CCR. By submitting a proposal, the Offeror acknowledges the Government requirement to be in the Central Contractor Registration (CCR) database prior to award of any contract. Information about CCR may be found at www.ccr.gov. 3) Nine-digit TIN. The Taxpayer Identification Number is necessary for electronic payment. 4) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. If you have completed the annual representations and certifications electronically through ORCA at http://orca.bpn.gov, then provide a statement as such and it will be verified. Do not include the Reps and Certification if a ORCA record has been completed. Part C. PAST PERFORMANCE REFERENCES The offeror shall submit at least three references for current and past performance. The submission of all references shall include the following information: Contract Number(s) Name and phone number of a point of contact at the Federal, State, Local Government or Commercial entity for which the contract was performed. Email addresses for each point of contact: if not provided past performance surveys will not be completed and offeror will not receive rating for incomplete past performance information. Dollar value of the Contract. Detailed description of the work performed. The number, type and severity of any quality, delivery or cost problems in performing the contract, the corrective action taken and the effectiveness of the correct action. Part D. STATEMENT OF WORK Statement of Work -- The offeror shall submit a proposal demonstrating their ability to complete the requirement as stated in the Statement of Work. Maximum page limit is 20. IV. EVALUATION FACTORS The Government will award a contract resulting from this solicitation to the contractor that offers the lowest price technically acceptable. Each line item will be evaluated separately. Evaluation of price will be made on total price. Steps in the evaluation and award of this acquisition are as follows: 1. All offers found to be technically unacceptable shall be eliminated. Examples of reasons for being found unacceptable include but are not limited to: nonresponsive, debarred or suspended, prohibited source, incomplete proposals or products that do not meet the specifications for energy saving products. 2. Offerors of technically acceptable products and have low risk to moderate past performance ratings will be included in the competitive range and evaluated by price. 3. To be technically acceptable you must have a complete proposal which includes, pricing, past performance, ORCA, Financial capability, proper listing of products and certifications (contractor should provide a copy of certifications). Technically acceptable products and the proposal will be evaluated on: a. Products that achieve the maximum lighting effectiveness with least energy consumption (efficient and effective) and meeting the requirements listed in the SOW. b. Proposals that demonstrate its understanding of the requirements listed in the Statement of Work (SOW), as well as its knowledge of the services to be provided. Best commercial practices to be used in performing the tasks under the solicitation shall be provided. The proposal shall contain the contractor's approach in performing the tasks at hand with accomplished personnel who will understand the requirements and possess the experience to successfully provide the knowledge, skills and abilities necessary to provide upgrade for electrical fixtures to be in compliance for energy savings. The quality of answers in relation to each subject will be evaluated rather than the quantity of pages. Maximum number of pages is 20. 4. Past Performance Past Performance will be evaluated in terms of relevancy and recent history. Relevance means references provided must relate to the same effort or similar one in both product and scale. Recent history means references provided on current or recently completed contracts within the past 3 years. Past performance will assess delivery and quality of product as it relates to probability of successful contract performance. Each performance risk assessment of the areas listed above will consider the number and severity of problems, the effectiveness of corrective actions taken and the overall work record. Problems not addressed by the offeror will be considered to still exist. However, the degree to which the offeror can demonstrate that it has successfully provided program support will be given a higher rating. Under this factor, the USSS will evaluate how well an offeror performed similar work with other government agencies or companies. The assessment of performance risk is not intended to be an analysis of an offeror's performance on a list of contracts, but rather the product of subjective judgment of the evaluators after it considers all available, relevant and recent information. The Government reserves the right to use CPARs and PPIRS for Past Performance evaluation purposes. 5. Price For evaluation purposes, the Total Evaluated Price will be the sum of all CLIN amounts. The proposed unit prices and the Total Evaluated Price as previously defined will be evaluated for reasonableness. Also, each offeror's Price proposal will be evaluated to determine if it is consistent with the offeror's technical approach and reflects a clear understanding of the solicitation requirements. Inconsistencies between the Technical and Price proposals may be assessed as proposal risk under the Technical evaluation. Price will be rated on lowest price. V. PROVISIONS AND CLAUSES FAR contract clauses may be accessed electronically at this address: Federal Acquisition Regulation (FAR): www.acquisition.gov/far FAR 52.204-7 Central Contractor Registration FAR 52.204-9 Personal Identity Verification of Contractor Personnel. (Sep 2007) FAR 52.212-1 Instructions to Offerors--Commercial Items FAR 52.212-2 Evaluation--Commercial Items. FAR 52.212-3 Offerors Representations and Certifications--Commercial Items FAR 52-212-4 Contract Terms and Conditions--Commercial Items FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.203-6 Restrictions on Subcontractor Sales to the Government FAR 52.217-8 Option to Extend Services. (NOV 1999) FAR 52.217-9 Option to Extend Term of the Contract. (MAR 2000) FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.232-33 Payment by Electronic Funds Transfer - Other than Central Contractor Registration FAR 52.225-1 Buy American Act FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contractor Registration. FAR 52.252-2 Clauses Incorporated by Reference HSAR contract clauses may be accessed electronically at this address: Homeland Security Acquisition Regulation (HSAR): http://www.dhs.gov/xopnbiz/regulations/ 3052.209-70 Prohibition on Contracts with Corporate Expatriates. 3052.204-90 Unauthorized Use of the U.S. Secret Service Name 3052.242-72 Contracting officer's technical representative. (DEC 2003) VI. ADDITIONAL INFORMATION FOR OFFERORS Since this is a competitive requirement, please do not telephone with questions but email them. Questions regarding the solicitation must be emailed to Danielle Donaldson at Danielle.Donaldson@usss.dhs.gov no later than June 30, 2011 by 2:00 pm EDT. If you do not receive a confirmation response then your question was not received. The deadline for receipt of quote is July 18, 2011 by 9:00 AM EDT. All documents required for submission of proposal must be sent to Danielle Donaldson via email to Danielle.Donaldson@usss.dhs.gov. Hard copy or faxed proposals shall not be accepted. Communications with other officials may compromise the competitiveness of this acquisition and result in cancellation of the requirement. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2011-07-12 09:56:29">Jul 12, 2011 9:56 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2011-08-17 06:50:49">Aug 17, 2011 6:50 am Track Changes The proposal due date has been extended until Monday, August 29, 2011 @ 10:00 am EDT. Answers to questions that were submitted and counts for fixture replacement are still being worked on. A revised Statement of Work and fixture counts are expected to be posted on Fed Biz Ops on/or before Monday, August 22, 2011. Wednesday, August 17, 2011 - This soliciation is cancelled.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/278601/listing.html)
- Place of Performance
- Address: 9200 Powder Mill Road, Laurel, Maryland, United States
- Record
- SN02539269-W 20110819/110818000704-a3d970fcc6cac161d45c541008ae98ad (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 |