Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 19, 2017 FBO #5595
SOLICITATION NOTICE

99 -- Facility for Industry Outreach Event - Attachments A B C

Notice Date
3/17/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-17-R-00037
 
Archive Date
4/8/2017
 
Point of Contact
Donald Nusbaum, Phone: 2024470163
 
E-Mail Address
donald.nusbaum@hq.dhs.gov
(donald.nusbaum@hq.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
(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-17-R-00037. 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) 2005-95. (iv) This solicitation is unrestricted. The associated North American Industry Classification System (NAICS) code is 531120, and the Small Business size standard is $27,500,000.00. (v) The Contract Line Item Numbers, Items, Quantities, and Units of Measure are: See Attachment A, Schedule of CLIN. The anticipated date of contract award is on or about March 24, 2017. (vi) The Contractor shall provide a facility for the Department of Homeland Security Industry Outreach Event in accordance with Attachment B, Statement of Work. (vii) Period of Performance: One (1) Calendar day from 7:00 am to 6:30 pm on one of the following days: July 11, 2017 July 12, 2017 July 13, 2017 July 18, 2017 July 19, 2017 July 20, 2017 (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 C. The Offeror shall not submit more than one (1) page for their Pricing Proposal. The Technical proposal shall be no more than five (5) pages. The entire submitted proposal shall be no more than six (6) pages. This does not include the Past Performance reference in Attachment C. (ix) The provision at 52.212-2, Evaluation (OCT 2014) - Commercial Items, applies to this acquisition. Addendum: (a) Evaluation and Award: A single award will be made to the responsible Offeror on a Lowest Price Technically Acceptable (LPTA) basis. The following criterion shall be used to evaluate offers: Technical Capability, Past Performance and Price. Offerors will be evaluated for their adherence to the stipulations set forth in this solicitation, and award will be made to the vendor with the lowest price technically acceptable proposal. Technical Capability: Awards may also be made on the basis of initial quotations without discussions. Offerors and therefore cautioned that each initial proposal should contain the Offerors best price. Past Performance: Attachment C Price: The Government will conduct its price analysis using one or more of the techniques listed below: 1. Comparison of proposed prices received in response to this solicitation. 2. Comparison of proposed price with the independent government cost estimates. (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) Website 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) provision. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (May 2015), applies to this acquisition. Addendum: Invoices shall be submitted electronically to MGTInvoice.Consolidation@ice.dhs.gov with a copy to the Contracting Officer and the Contracting Officer Representative. (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) There are no additional contract requirements or terms and conditions. (xiv) Rating under the Defense Priorities and Allocations System (DPAS) - N/A (xv) Any requests for additional information or explanation concerning this document must be received no later than Tuesday, March 21 at 4:00 pm Eastern Time (ET). 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 Friday, March 24, 2017 at 4:00 pm ET and shall be submitted electronically (via email) to the individuals noted in section "xvi". (xvi) For more information regarding this solicitation please contact Donald Nusbaum, Contracting Officer, (202) 447-0163 or email at Donald.Nusbaum@hq.dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-17-R-00037/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, 20528, United States
Zip Code: 20528
 
Record
SN04439005-W 20170319/170317234234-6b1a3c5064ee8110dcb63a2a748c3741 (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.