Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2015 FBO #5053
MODIFICATION

99 -- Information Technology Enterprise License Agreement Program Support Services - Amendment 1

Notice Date
9/22/2015
 
Notice Type
Modification/Amendment
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-15-R-00173
 
Archive Date
10/9/2015
 
Point of Contact
Donald Nusbaum, Phone: 202-447-0163, Ronald Jean-Baptiste, Phone: 202-447-5705
 
E-Mail Address
donald.nusbaum@hq.dhs.gov, ronald.jean-baptiste@hq.dhs.gov
(donald.nusbaum@hq.dhs.gov, ronald.jean-baptiste@hq.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Amendment 000001 (Government Response to Vendor Questions) (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.106, 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 Firm Fixed Price contract under Simplified Acquisition Procedures (SAP) using FAR Part 13. (ii) The solicitation reference number is HSHQDC-15-R-00173. This requirement is issued as a Request for Proposal (RFP). (iii) This RFP and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83. (iv) This solicitation is 100% Service Disabled Veteran Owned Small Business set-aside. The associated North American Industry Classification System (NAICS) code is 541614, and the Small Business size standard is $15,000,000.00. (v) The Contract Line Item Numbers, Items, Quantities, and Units of Measure are: See Attachment A (Schedule of CLINS and Statement of Work). The anticipated date for contract award is on or about September 25, 2015. (vi) The Contractor shall provide Information Technology (IT) Enterprise License Agreement (ELA) Program support services in accordance with Attachment A, Statement of Work. (vii) Period of Performance: Base Year September 30, 2015 to September 29, 2016 and Option Year Period One September 30, 2016 to September 29, 2017. Clause 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 60 days. If needed, the Government intends to exercise the option or options under FAR 52.217-8 without further competition or need for justification for other than full or open competition or limited source justification or sole source justification. For purposed of evaluation, the potential need to exercise the option under FAR 52.217-8 to extend the period of contract performance for the maximum period of six (6) months beyond the last option period will be considered the same for all Offerors. In considering the price of the base period and any options periods, the Government will consider that if the extension of service clause (FAR 52.217-8) is exercised, it will be on the exact same rates and terms, other than length of performance, as the base or option period being extended. The Government will determine whether the price, inclusive of all options (including the options available under FAR 52.217-8), is fair and reasonable, and whether the price of the base period and all option periods (including the option(s) represented by FAR 52.217-8), in combination with the other evaluation factors specified in the solicitation, represents the best value to the Government." (viii) The provision at 52.212-1, Instructions to Offerors (APR 2014)- Commercial, applies to this acquisition. The following addendum has been attached to this provision: Offeror must address each of the technical requirements outlined in section "vi". Offeror's submissions must include the following information: Dun & Bradstreet Number (DUNS); Northern American Industrial Classification System (NAICS) Code; Contact Name; Contact Email Address; Contact Telephone and Fax Number; Complete Business Mailing Address. Offeror's shall submit the name and contract information of at least three relevant Past Performance references using Attachment B. Each Offeror shall submit Pricing as a separate document that shall include the format shown on Attachment A. Fixed rates shall include all costs and fees. The Offeror shall not submit more than one (1) page for their Pricing proposal. The Technical proposal shall be no more than ten (10) pages. The entire submitted proposal shall be no more than eleven (11) pages. Resumes shall not be more than three (3) pages per person and will not be considered part of the Technical proposal page limitation. No price information shall be in the Technical proposal. (ix) The provision at 52.212-2, Evaluation (OCT 2014) - Commercial Items, applies to this acquisition. (a) 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. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following addendum has been attached to this clause: Factor 1 Technical Capability: The Government will evaluate the Offeror's Technical Capability by evaluating (1) the extent to which the Offeror provides a detailed discussion of the background, scope, objectives and work requirements of the Statement of Work (SOW), (2) provides a detailed discussion of the management tools or business processes to be used for meeting requirements and tasks and how they apply to the SOW requirements. Factor 2 Management Approach: The Government will evaluate the Offeror's Management Approach by evaluating (1) the Offeror's Staffing Plan including the Offeror's ability to mitigate personnel turnover in the execution of the requirements of the SOW (2) the Offeror's ability to provide qualified key personnel and (3) Resumes of all proposed personnel. Factor 3 Past Performance: Past Performance will be evaluated to determine how well the Offeror has performed in the recent past (3 years) as an indicator of how well the Offeror may perform in the future. Experience will be evaluated based on the extent to which the Offeror's past performance information is relevant to the technical requirements of this RFP. If a Offeror has no relevant past performance, the Offeror must state this in its proposal. If a Offeror includes in its proposal past performance that is not relevant, the government may consider this to demonstrate that the Offeror does not have a clear understanding of the SOW. The Government reserves the right to use publicly available reports and data from the Past Performance Information Retrieval System (PPIRS) found on the web at 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. A Offeror without a record of past performance or for whom information on relevant past performance is not available will not be evaluated favorably or unfavorably. Factor 4 Price: Price will not be assigned an adjectival rating. (x) The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Mar 2015). The Offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (May 2015), applies to this acquisition. The following addendum has been attached to this clause: Invoices shall be submitted electronically to dfcops@fins3.dhs.gov with a copy to the Contracting Officer and the COR. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders (May 2015) - Commercial Items, applies to this acquisition. (xiii) The following additional clauses provisions are cited: F FAR 52.209-10 Prohibition on contracting with inverted domestic corporations (Dec 2014); and HSAR 3052.209-70 Prohibition on contracts with corporate expatriates (Jun 2006); Full text of FAR clauses and provisions incorporated by reference can be found at www.arnet.govand HSAR clauses at http://farsite.hill.af.mil/VFHSARA.HTM. HSAR 3052.212-70 Contract Terms and Conditions Applicable to DHS Acquisition of Commercial Items (Sep 2012). The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The provision or clause in effect based on the applicable regulation cited on the date the solicitation is issued applies unless otherwise stated herein. The following provisions and clauses are incorporated by reference: (a) Provisions. _X_3052.209-72 Organizational Conflicts of Interest. ____3052.216-70 Evaluation of Offers Subject to An Economic Price Adjustment Clause. ____3052.219-72 Evaluation of Prime Contractor Participation in the DHS Mentor Protégé Program. (b) Clauses. _X_3052.203-70 Instructions for Contractor Disclosure of Violations. __X_3052.204-70 Security Requirements for Unclassified Information Technology Resources. __X__3052.204-71 Contractor Employee Access. ____Alternate I ____3052.205-70 Advertisement, Publicizing Awards, and Releases. _X__3052.209-73 Limitation on Future Contracting. __X_3052.215-70 Key Personnel or Facilities. ____3052.216-71 Determination of Award Fee. ____3052.216-72 Performance Evaluation Plan. ____3052.216-73 Distribution of Award Fee. ____3052.217-91 Performance. (USCG) ____3052.217-92 Inspection and Manner of Doing Work. (USCG) ____3052.217-93 Subcontracts. (USCG) ____3052.217-94 Lay Days. (USCG) ____3052.217-95 Liability and Insurance. (USCG) ____3052.217-96 Title. (USCG) ____3052.217-97 Discharge of Liens. (USCG) ____3052.217-98 Delays. (USCG) ____3052.217-99 Department of Labor Safety and Health Regulations for Ship Repair. (USCG) ____3052.217-100 Guarantee. (USCG) ____3052.219-70 Small Business Subcontracting Plan Reporting. ____3052.219-71 DHS Mentor Protégé Program. ____3052.228-70 Insurance. ____3052.228-90 Notification of Miller Act Payment Bond Protection. (USCG) ____3052.228-91 Loss of or Damage to Leased Aircraft. (USCG) ____3052.228-92 Fair Market Value of Aircraft. (USCG) ____3052.228-93 Risk and Indemnities. (USCG) ____3052.236-70 Special Provisions for Work at Operating Airports. _X__3052.242-72 Contracting Officer's Technical Representative. ____3052.247-70 F.o.B. Origin Information. ____Alternate I ____Alternate II ____3052.247-71 F.o.B. Origin Only. ____3052.247-72 F.o.B. Destination Only. (End of clause) (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 no later than 1:00 pm Eastern Time (ET) on Thursday, September 17, 2015. In order for the Office of Procurement Operations to respond to questions, Offerors must cite the section, paragraph number, and page number. Proposals are due no later than Tuesday, September 24, 2015 at 10:00 am ET and must be submitted electronically (via email) to the individuals noted in section "xvi." (xvi) For more information regarding this solicitation please contact Donald Nusbaum, Contract Specialist, (202) 447-0163 or email at Donald.nusbaum@hq.dhs.gov or Ronald Jean-Baptiste, Contracting Officer, (202) 447-5705 or email at Ronald.Jean-Baptiste@hq.dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-15-R-00173/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN03899073-W 20150924/150923000653-dcfc7e207e93ceddd5d9a6d6896f2c5d (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.