Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2013 FBO #4283
SOLICITATION NOTICE

23 -- Armoring Chevy Suburbans - Package #1 - Package #2

Notice Date
8/14/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336211 — Motor Vehicle Body Manufacturing
 
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, United States
 
ZIP Code
20223
 
Solicitation Number
HSSS01-13-R-0045
 
Point of Contact
Greg Anderson, Phone: 202.406.6799
 
E-Mail Address
gregory.anderson@usss.dhs.gov
(gregory.anderson@usss.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
DD254 - for Solicitation purposes only Soliciation Clauses This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. A subsequent solicitation document will not be issued. The Government intends to award a single competitive commercial firm fixed priced type IDIQ contract for armoring of 2011 - 2013 Chevy Suburban's in accordance with government provided specifications.. The IDIQ will be let for three (3) years. Up to five (5) vehicles will be submitted for armoring per year, with a Total of 15 for the entire period. Delivery will be to the Washington, DC area. Contract award is intended to be made by 30 September 2013. Award will be made on based on best value to the government. The resulting contract will last for three years from time of award. The solicitation is unrestricted. The North American Industry Classification System (NAICS) is 336211. The Government reserves the right to eliminate any offeror from the competitive range that does not follow the instructions and/or fails to include any information that is required as stated below: This subject solicitation will be in two phases. In phase I of this solicitation, all interested offerors shall submit their DSS Cage Code to the Government showing that they are capable of meeting the requirement for a Confidential clearance and are capable of performing this requirement before being provided the statement of work. All offerors that meet the clearance requirement and provide an acceptable capability statement will be allowed to proceed in soliciting a proposal. If the contractor passes Phase I, the offeror then shall be offered the statement of work and solicitation in which they shall submit technical, past performance, and price information for Phase II. Deadline for Phase 1 shall be 21 Aug 2013 1700 hours EST Offerors will notified of Phase I results approximately by 26 Aug 2013. The evaluation factors and sub-factors for this award are : PHASE I: Factor I: General Business Information/Representations and Certifications Please provide the following information 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. Factor II Capabilities Statement: The offeror shall provide a capability statement and management approach of how the offeror will successfully armor (5) Suburban's per year of the prospective 3 year IDIQ Contract. A total of 15 vehicles within a three year period is the Total number of vehicles the capability statement should describe what your company is capable of and highlights what your future capability is in relation to this requirement. It should provide a company overview, what you do, and discuss your staff, equipment and resources. In this statement, demonstrate your understanding of the services to be provided. The offeror's proposal shall demonstrate the practices and methodology to be used in performing the tasks at hand. In addition, the offeror shall demonstrate the management structure of the company in relation to this requirement. Offerors will be rated on the level of expertise shown in the statement and their ability to perform the task. A higher rating will be given to those that are able to show a high level of expertise for this requirement Any technical rating below "satisfactory' will exclude the offeror from consideration of award. Factor Past Performance: The Government shall conduct a past performance evaluation based upon recent and relevant performance of the offeror and any subcontractors as it relates to the probability of successful accomplishment of the work required by the solicitation. Recent is defined as having awarded and performed in the past three (3) years. Relevant is defined in having a similar size, in dollars and scope of this requirement. The Government shall assess risks associated with offeror's past performance in the following areas: • Timely delivery of products/services. • Technical and product quality. • Business-like concern for the interests of the customer. 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 applied continuous systemic improvement to resolve past performance problems will be evaluated. Under this factor, the USSS will evaluate how well an offeror has performed similar work before. The information evaluated under this factor is distinct and independent from the Technical Factor above. The assessment of performance risk is not intended to be the product of a mechanical or mathematical analysis of an offeror' s performance on a list of contracts, but rather the product of subjective judgment of the evaluators after considering all available, relevant and recent information The offeror will be required to submit the following information, in regards to past performance for at least three (3) references: Name of Company/Agency Two (2) Points of Contacts from the company/agency with telephone numbers and email addresses Address of Company/Agency Contract Number Dollar Amount Brief description of work performed Period of Performance Factor IV Security Clearance The offeror shall submit their DSS Cage Code to the Government to verify that the contractor has a Confidential Facility Clearance (FCL) with Confidential Safeguarding. The offeror shall also provide verification that they have an approved classified closed area with the capacity to hold up to 2 completed vehicles. In addition, the offeror shall submit verification of an Automated Information Systems (AIS) accredited by DSS to process classified information up to the confidential level. If the offeror does not possess the clearance requirements listed above, they will be excluded from the competition. All offerors shall pass all three factors in Phase I in order to proceed to Phase II: T he preceding information must be submitted to Contracting Officer Greg Anderson via email to gregory.anderson@usss.dhs and Mr. Charles Keeney at charles.keeney@usss.dhs.gov on or before 21 Aug 2013 at 1700 hours EST. ------------------------------------------------------------------------------------------------------------ PHASE II: All offerors that met the factors in Phase I will proceed to Phase II: PART A Technical Approach •a. Technical approach •b. Key personnel PART B Pricing Factor A: Technical Factor: The offeror shall provide a technical proposal on how it intends to meet the requirements as described within statements of work for armoring. Technical sub-factors noted below are of equal importance and must be addressed separately within the proposal. Technical subfactors: Sub factor 1: Technical Approach : The offeror shall provide a description of its technical approach to meet the requirements as described within the statement of work. The offeror's approach shall be evaluated on its ability to demonstrate a clear understanding of the requirement. Offerors will be evaluated on the quality of the product that will be provided and in meeting or exceeding the specifications. A higher rating will be given to companies with more expertise and capabilities. SubFactor 2: Key Personnel: The offeror shall provide resumes for all key personnel. All key personnel are required to have a Confidential Clearance. Anticipated key personnel are the production manager, designer, CEO, and key assembly Personnel. Resumes will be evaluated based on work experience with producing and delivering armored vehicles. A higher rating will be given to offerors that have more experience in the field of producing armored vehicles and working with law enforcement agencies. Factor II: Schedule Schedule: The offeror shall provide a schedule/timeline showing the work breakdown structure for the full contract performance period (award to completion). The schedule shall list estimated timing to complete a classified armored design, and timing to produce each vehicle for final delivery following design phase. Factor III: Pricing Proposed pricing will be evaluated for reasonableness. 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 The offeror shall provide a price break down for the unit price (ea) of armoring one (1) vehicle. Additionally the contractor shall provide the total price of the entire requirement with a price breakdown that includes labor, material, profit, overhead, and any other price factors. Offerors shall submit a milestone payment plan with their pricing proposal. 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. All Offerors that pass PHASE 1 of the Solicitation and want to proceed to PHASEII shall submit their Proposals by 11 Sept. 2013 1700 hours EST. This information must be submitted to Contracting Officer Greg Anderson via email to gregory.anderson@usss.dhs and Mr. Charles Keeney at charles.keeney@usss.dhs.gov. The combined Synopsis/Solicitation notice, HSSS01-13-R-0045, is posted on 14 August 2013. Attachment 1: DD 254 Attachment 2: Clauses Attachment 3: SOW (upon completion of Phase 1)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/HSSS01-13-R-0045/listing.html)
 
Record
SN03148345-W 20130816/130814235019-f2f2d4702e718d15eeae4284a3239acc (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.