Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 09, 2014 FBO #4460
SOLICITATION NOTICE

R -- Compliance Contractor Support Investigators or Equivalent - Attachment A-HSHQDC-14-R-00023

Notice Date
2/7/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561611 — Investigation Services
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-14-R-00023
 
Archive Date
3/4/2014
 
Point of Contact
Kino Keo, Phone: 2024470753, Ronald K Jean-Baptiste, Phone: 202-447-5705
 
E-Mail Address
Kino.Keo@hq.dhs.gov, ronald.jean-baptiste@dhs.gov
(Kino.Keo@hq.dhs.gov, ronald.jean-baptiste@dhs.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Statement of Work Combined Synopsis/Solicitation Description: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. The Government intends to award a Labor Hour contract under Simplified Acquisition Procedures (SAP) using FAR Part 13 to the responsible Offeror whose proposal conforming to this synopsis/solicitation will offer the best value to the Government, price and other factors considered. (ii) The Request for Proposal (RFP) number is HSHQDC-14-R-00023. (iii) This RFP and incorporated provisions are those in effect through Federal Acquisition Circular (FAC) 2005-72. (iv) This solicitation is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB). The associated North American Industry Classification System (NAICS) code for this acquisition is 561611 and the Small Business Size Standard is $19,000,000.00. (v) The Contract Line Item Numbers (CLINS), Description, Quantities, and Units of Measure are: See Attachment A (Schedule of CLINS and Statement of Work.) The anticipated date for contract award is February 28, 2014. (vi) The contract shall provide for Compliance Contractor Support Investigators or Equivalent for the Department of Homeland Security (DHS) Office for Civil Rights and Civil Liberties (CRCL). (vii) The period of performance for this contract is a twelve (12)-month base period that will commence from the date of award. The primary place of performance will be the DHS HQ Compliance Branch office located at 131 M Street NE, Sixth Floor, Washington, DC 20002. In addition, the Contractor may be directed by the HQ Compliance Branch to visit other DHS Offices in the metro DC area. 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. Note: The Government considered the option at FAR 52.217-8 to have been evaluated through the evaluation of rates proposed for all contract periods. Offerors should assume that if the Government exercises the clause at FAR 52.217-8 to extend performance, that the option will be priced at the rates in effect when the option is exercised. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items (Jul 2013) applies to this acquisition. The following addendum has been attached to this provision: 1) Offerors' submissions shall include a cover page with its proposal (a) Dun & Bradstreet Number (DUNS) (b) North American Industrial Classification System (NAICS) Code (c) Contact Name (d) Contact Email Address (e) Contact Telephone and Fax Numbers (f) and Complete Business Mailing Address. 2) Each Offeror shall submit their technical proposal and associated documents as a separate electronic attachment. Technical proposal shall be submitted electronically using PDF files and shall not exceed 15 one-sided pages. This page limitation excludes resumes, the cover page, the title page and the table of contents. Technical proposal shall be prepared using Times New Roman, 12 point font, single line spacing, 1 inch margins and on 8 1/2 x 11 inch pages. Information that exceeds the page limitation will not be considered. 3) Offerors shall submit the name and contact information of three (3) contracts/task orders with the Federal Government and/or Commercial Sector that demonstrate recent and relevant past performance. Recent is defined as experience (within the last 3 years). Relevance is defined as on the basis of similarity in size, scope, complexity, technical difficulty, and contract type to the requirements of the RFP. 4) The Offerors shall describe the Technical Capability in performing the work identified in the SOW. The Technical Capability should include at a minimum: (a) The Technical Capability that demonstrates knowledge, understanding, and technical ability to meet or exceed the requirement of the SOW. (b) One (1) copy of a resume shall be provided for each Labor Category of each CLIN. 5) Each Offeror shall submit Pricing as a separate electronic attachment in the format identified in Attachment A, under "SUPPLIES OR SERVICES AND PRICE/COSTS" on Page 1. There is no page limit to the Pricing Proposal. Offerors shall not include any price information in the technical proposal. Offerors are strongly encouraged to offer discounts rate on their proposal. Identify by percentage any discounts or price reductions offered. (ix) The provision at 52.212-2, Evaluation - Commercial Items (Jan 1999) applies to this acquisition. The following factors will be used to evaluate proposals: 1) Technical Capability 2) Past Performance, and 3) Price. Technical Capability is more important than Past Performance. When combined, the technical evaluation factors of (a) Technical Capability and (b) Past Performance are significantly more important than Price. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2013) applies to this acquisition. The Federal Acquisition Regulation (FAR) requires offerors to complete annual representations and certifications electronically via the System for Award Management (www.sam.gov). The offeror is hereby required to complete the annual offeror representations and certifications prior to the response due date. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (Sept 2013) and Alternate 1 (Aug 2012) apply to this acquisition. The following addendum is as follows: One copy of invoices should be e-mailed to: dfcops@fins3.dhs.gov and also to the Contracting Officer (See Section xvi) and the COR (TBD). (xii) The provision at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2014), applies to this acquisition. (xiii) The following additional Homeland Security Acquisition Regulation (HSAR) provisions and clauses are necessary for this acquisition and consistent with customary commercial practices: Homeland Security Acquisition Regulation (HSAR) Clauses/Provisions Clause Title Date HSAR 3052.204-70 Security Requirements for Unclassified Information Technology Resources June 2006 HSAR 3052.205-70 Advertisements, Publicizing Awards, and Releases Sep 2012 HSAR 3052.204-71 Contractor Employee Access Sep 2012 HSAR 3052.204-71 Contractor Employee Access, Alt 1 Sep 2012 HSAR 3052.242-72 Contracting Officer's Technical Representative Dec 2003 3052.215-70 KEY PERSONNEL OR FACILITIES (DEC 2003) (a) The personnel or facilities specified below are considered essential to the work being performed under this contract and may, with the consent of the contracting parties, be changed from time to time during the course of the contract by adding or deleting personnel or facilities, as appropriate. (b) Before removing or replacing any of the specified individuals or facilities, the Contractor shall notify the Contracting Officer, in writing, before the change becomes effective. The Contractor shall submit sufficient information to support the proposed action and to enable the Contracting Officer to evaluate the potential impact of the change on this contract. The Contractor shall not remove or replace personnel or facilities until the Contracting Officer approves the change. The Key Personnel or Facilities under this Contract are: All Personnel Required for this Contract are Considered Key Personnel Full text of FAR and HSAR clauses and provisions incorporated by reference can be found at www.aquisition.gov/far and at http://farsite.hill.af.mil/VFHSARA.HTM (respectively). (xiv) Rating under the Defense Priorities and Allocations System (DPAS) - N/A. (xv) Any requests for additional information or explanations concerning this document must be received via email to the points of contact noted below no later than 9:00 a.m Eastern Standard Time on Tuesday, February 11, 2014. In order to receive responses to questions, offerors must cite the section, paragraph number, and page number. Proposals are due no later than Tuesday, February 18, 2014 by 4:00 p.m. EST, and must be submitted electronically (via email) to the individuals noted in section "xvi". (xvi) The Points of Contact for this requirement are Mr. Kino Keo, Contracting Officer at (202) 447-0753 / Kino.Keo@hq.dhs.gov and Team Lead Mr. Ronald Jean-Baptiste at (202) 447-5705/ Ronald.Jean-Baptiste@hq.dhs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-14-R-00023/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, 20002, United States
Zip Code: 20002
 
Record
SN03283847-W 20140209/140207235326-657353f0d64428fb4879b963263ab9c4 (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.