Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 25, 2017 FBO #5601
MODIFICATION

R -- Language and Administrative Services - Amendment 3

Notice Date
3/23/2017
 
Notice Type
Modification/Amendment
 
NAICS
561320 — Temporary Help Services
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - IN, 6650 Telecom Drive, Intech Two, Suite 100, Indianapolis, Indiana, 46278, United States
 
ZIP Code
46278
 
Solicitation Number
HSBP1017R0015
 
Point of Contact
Gary M. Orr,
 
E-Mail Address
Gary.Orr@cbp.dhs.gov
(Gary.Orr@cbp.dhs.gov)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
Revised WD list. The purpose of Amendment A00004 is to correct the Wage Determination on the following locations: San Luiz, AZ WD 15-5475 (Rev.-1) Albuquerque, NM WD 15-5443 (Rev.-1) Hidalgo, TX WD 15-5245 (Rev.-1) The purpose of Amendment A00003 is to remove the ISO Certification requirement that was originally under section 4.3.5. Revised SOW is posted as "SOW 17 March 2017." This combined synopsis/solicitation number is HSBP1017R0015 and is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 561320 with a small business size standard of $27.5 million. This procurement shall be woman-owned small business set-aside. If you are interested in this acquisition, you may participate by submitting your response in accordance with the instructions included herein. The RFP due date is no later than April 10, 2017 at 12:00 pm Noon Eastern Time. Submission shall be via email to the contract specialist listed in proposal submission section below. It is the offeror's responsibility to read the RFP and all related documents carefully and completely, to ensure the Government receives their submission on or before the date/time specified. Offerors are required to submit a technical proposal, and price proposal to Government officials for the purposes of assuring the prospective contractor has a complete understanding of the scope of this effort and has the capability to complete all statement of work (SOW) requirements. The contract will be awarded to the lowest price technically acceptable offeror. If you have questions regarding this requirement, please submit your inquiries via email to Gary.Orr@cbp.dhs.gov. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective offerors. The deadline for questions shall be no later than April 03, 2017 at 2:00pm Eastern Time. PERIOD OF PERFORMANCE The period of performance will be for one base year, plus four option years. The base year will run from date of award for 12 months. The estimated effective date for the base year is July 1, 2017. PROPOSAL SUBMISSION REQUIREMENTS: A. General Information: The vendor shall submit electronic copies of the proposal via email to Gary.Orr@cbp.dhs.gov no later than (NLT) April 10, 2017 at 12:00pm Noon Eastern Time. All proposals shall include: A. Tax Identification Number (TIN) B. Dun & Bradstreet Number (DUNS) C. North American Industrial Classification System (NAICS) D. Contact Name E. Contact Email Address F. Contact Phone Number G. Contact Fax Number H. Complete Business Mailing Address Please ensure that your firm is SAM certified ( http://www.sam.gov ). The following information shall be included in each set of submitted proposal and labeled accordingly: B. Submission Requirements: Price Proposal - Factor 1 This volume shall include a full price quotation on a labor-hour price basis by completing the "Attachment B - Pricing Schedule". NOTE: THE GOVERNMENT SHALL NOT COMPENSATE THE OFFEROR FOR ANY PROPOSAL DEVELOPMENT COSTS RELATED TO THIS SOLICITATION. Technical Approach - Factor 2 The technical approach shall include: (1) Technical/ management approach for completing the work in the SOW and soundness thereof; and, (2) Sufficient and detailed descriptions of the offeror's capability and experience with successful projects of comparable scope, and (3) Develop a realistic and detailed transition plan from the incumbent contractor supporting the work contained in the SOW. The transition plan shall address requirements for clearances and start-up of all staff. Any offeror submitting a proposal in response to this solicitation must submit documentation that allows the contract specialist/evaluation team to determine the technical acceptability of the proposal. This documentation can be in the form of a written narrative, but in no instance shall the documentation exceed ten (10) pages. Past Performance - Factor 3 "Attachment E - Past Performance Questionnaire" has been provided with the RFP. Each offeror shall attempt to have three (3) responses submitted by the reference directly to the Government for relevant projects by the RFP due date. Relevant projects are those that are similar to those requested in this RFP. All references should be either ongoing or completed within the last three years. An offeror must either provide the above information or affirmatively state that it possesses no relevant, directly related, or similar past performance. If no past performance references are submitted, then a rating of neutral will be assigned. In addition, the Government reserves the right to use both data provided by the offeror's references and data obtained from other sources such as the Past Performance Information Retrieval System (PPIRS); similar systems of other Government departments and agencies; interviews with program managers and contracting officers; and other sources known to the Government. BASIS FOR AWARD The Government intends to award one (1) labor-hour contract in response to this solicitation to the offeror who represents the best value to the Government. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest price technically acceptable. The following factors shall be used to evaluate quotations: Factor 1 - Price: Will be evaluated by adding the total proposed price for the base and option years to one half of the price for the final option year (for 52.217-8 Option to Extend Services) to arrive at a total evaluated price. That total evaluated price will be evaluated for reasonableness. Factor 2 - Technical Approach: Will be evaluated on the offeror's ability to meet the requirements of the SOW, as set forth in the submission requirements above. Factor 3 - Past Performance: Will be evaluated on the acceptability of relevant past performance. An offeror without a record of relevant past performance will be evaluated neither favorably nor unfavorably (neutral). The Government intends to evaluate proposals and award without discussions with vendors. Therefore, the offeror's initial proposal should contain the offeror's best terms from a price and technical standpoint. However, the government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Upon receipt of proposals, the Government will first evaluate the lowest priced proposal from the pool of offerors. If that offeror is found to be technically acceptable with acceptable or neutral past performance that offeror will be selected for award, pending a positive responsibility determination, and no further evaluations from the remaining pool will be conducted. If the lowest priced offer is not eligible for award, the evaluation will proceed to the next lowest offer until an offeror eligible for award is found. POINTS OF CONTACT Contracting POCs Mr. Gary Orr Border Enforcement Contracting Division Contract Specialist Gary.Orr@cbp.dhs.gov CONTRACT MANAGEMENT Notwithstanding the Contractor's responsibility for total management during the performance of this contract, the administration of the contract will require maximum coordination between the Government and the Contractor. Communications pertaining to the contract administration will be addressed to the Contracting Officer. No changes to the statement of work are authorized without a written modification to the contract executed by the Contracting Officer. The Contractor is advised that only the Contracting Officer can change or modify the contract terms or take any other action, which obligates the Government. No changes to the statement of work, contract terms, or conditions are authorized without a written modification to the contract executed by the Contracting Officer. Contractors who rely on direction from other than the Contracting Officer do so at their own risk and expense. Such actions do not bind the Government contractually. Any contractual questions shall be directed to the contract specialist, Gary Orr via email ( Gary.Orr@cbp.dhs.gov ). ATTACHMENTS •a) Statement of Work (SOW) •b) Pricing Schedule •c) SOW locations - Physical Addresses •d) Wage Determination list •e) Past Performance Questionnaire
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/FPSB/HSBP1017R0015/listing.html)
 
Place of Performance
Address: Various Locations, United States
 
Record
SN04445980-W 20170325/170323235139-bb42bc592c80802687cde9d07198bea3 (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.