The RFP Database
New business relationships start here

Video Expert and Consultant


Arizona, United States
Government : Homeland Security
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

General Information

Document Type:    Combined Synopsis / Solicitation


Solicitation Number:    HSBP1017Q0157


Classification Code:    R - Professional, administrative and management support


NAICS Code:    812910 - Security System Services


Contracting Office Address:    Department of Homeland Security, Border Enforcement Contracting, Pacific Branch, 4760 Oracle Road, STE 100, Tucson, AZ 85705


Description:


(i)    This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
(ii)    This solicitation is issued as a Request for Quote (RFQ) against HSBP1017Q0157 for Security System services.
(iii)    This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95 (Effective:19 Jan 2017).
(iv)    This proposed acquisition is a Small Business Set-Aside.
(v)    The proposed acquisition consists of the following Contract Line Items Numbers (CLINs):


CLIN 0010:    Video Subject Matter Expert
Description:    This requirement is for canine kenneling services performed in accordance with the attached statement of work (SOW).


CLIN 0020:    Misc. Services - Travel
Description:    This requirement is reimbursement of travel.



(vi)    Description of requirements for the items to be acquired.


The contractor shall furnish all labor, parts, materials, equipment, and transportation necessary to provide the service.


See HSBP1017Q0157 (with SOW), attached.


(vii)    Period of Performance (PoP):    September 29, 2017 through September 28, 2018 (12 months).


The place of performance shall be Contractor's Facility. FOB point shall be Destination. All FOB destination charges must be included in quoted prices.


(viii)    Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items. FAR 52.212-1 is supplemented per following addenda:


Supplier quotations will be provided in four separate documents submitted to Kirk.w.hunt@cbp.dhs.gov, subject HSBP1017Q0157. Quotation documents must be in Microsoft Word or Excel (or compatible). Documents must not exceed 10 pages (8.5" x 11" letter-size paper) or 5 megabytes in total file size.


The fours parts, as separate documents, are:
1)    Pricing (Estimated number of project hours and fully burdened rate per project hour), and
2)    Statement of Work (SOW) Narrative (a concise but complete explanation of how the offeror intends to fully satisfy the requirements of the SOW), and
3)    Statement of Qualification (a concise but comprehensive statement of how the offeror is qualified to fully satisfy the requirements of the SOW), and
4)    Up to three customers, from the last two years, of projects with similar scope and scale (use attached form).


The Government intends to evaluate quotations and award without discussions with offerors (except clarifications as described in FAR). The offeror's initial proposal should contain the offeror's best price and delivery, plus give complete and concise descriptions of the offered service. The Government reserves the right to conduct discussions if the Contracting Officer determines them to be necessary.


(ix)    Provision at 52.212-2, Evaluation -- Commercial Items shall be used. The Evaluation as Commercial Items applies to this acquisition and that the Government will award a contract resulting from this solicitation to the responsive responsible offeror whose technically acceptable quote conforming to the solicitation will be fair and reasonable to the government, price and other factors considered. The following factors shall be used to evaluate offers:


Past Performance and Technical Ability are more important than price.


(x)    Provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items applies and to that end offerors must ensure that the representations and certifications have been completed in accordance with FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, on the SAM.gov website (https://www.sam.gov).


(xi)    Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.
(xii)    Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items June 2016 Deviation.
(xiii)    Contract financing arrangements will not apply.



FAR CLAUSES
See HSBP1017Q0157, attached.



DHS Clauses
See HSBP1017Q0157, attached.



CBP CLAUSES
CONTRACT TYPE (OCT 2008)
This is a Firm Fixed Price Purchase order.
[End of Clause]


TERM OF CONTRACT (MARCH 2003)
The term of this contract is from September 29, 2017 through September 28, 2018.
[End of Clause]


CONTRACTING OFFICER'S AUTHORITY (MAR 2003)
The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract. In the event the Contractor effects any changes at the direction of any person other than the Contracting Officer, the changes will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. The Contracting Officer shall be the only individual authorized to accept nonconforming work, waive any requirement of the contract, or to modify any term or condition of the contract. The Contracting Officer is the only individual who can legally obligate Government funds. No cost chargeable to the proposed contract can be incurred before receipt of a fully executed contract or specific authorization from the Contracting Officer.
[End of Clause]


ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PROCESSING PLATFORM (IPP) (JAN 2016)
Beginning April 11, 2016, payment requests for all new awards must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). Payment terms for existing contracts and orders awarded prior to April 11, 2016 remain the same. The Contractor must use IPP for contracts and orders awarded April 11, 2016 or later, and must use the non-IPP invoicing process for those contracts and orders awarded prior to April 11, 2016.
"Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract. The IPP website address is: https://www.ipp.gov.
Under this contract, the following documents are required to be submitted as an attachment to the IPP:
-Complete, accurate and printable invoice
The IPP was designed and developed for Contractors to enroll, access and use IPP for submitting requests for payment. Contractor assistance with enrollment can be obtained by contacting IPPCustomerSupport@fms.treas.gov or phone (866) 973-3131.
If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer.
(End of Clause)


GOVERNMENT CONSENT OF PUBLICATION/ENDORSEMENT (MAR 2003)
Under no circumstances shall the Contractor, or anyone acting on behalf of the Contractor, refer to the supplies, services, or equipment furnished pursuant to the provisions of this contract in any news release or commercial advertising without first obtaining explicit written consent to do so from the Contracting Officer.
The Contractor agrees not to refer to awards in commercial advertising in such a manner as to state or imply that the product or service provided is endorsed or preferred by the Federal Government or is considered by the Government to be superior to other products or services.
[End of Clause]


NON-PERSONAL SERVICE (MAR 2003)
1.    The Government and the contractor agree and understand the services to be performed under this contract are non-personal in nature. The Contractor shall not perform any inherently Governmental functions under this contract as described in Office of Federal Procurement Policy Letter 92-1
2.    The services to be performed under this contract do not require the Contractor or his employees to exercise personal judgment and discretion on behalf of the Government, but rather, the Contractor's employees will act and exercise personal judgment and discretion on behalf of the Contractor.
3.    The parties also recognize and agree that no employer-employee relationship exists or will exist between the Government and the Contractor. The Contractor and the Contractor's employees are not employees of the Federal Government and are not eligible for entitlement and benefits given federal employees. Contractor personnel under this contract shall not:
(a)    Be placed in a position where there is an appearance that they are employed by the Government or are under the supervision, direction, or evaluation of any Government employee. All individual employee assignments any daily work direction shall be given by the applicable employee supervisor.
(b)    Hold him or herself out to be a Government employee, agent or representative or state orally or in writing at any time that he or she is acting on behalf of the Government. In all communications with third parties in connection with this contract, Contractor employees shall identify themselves as such and specify the name of the company of which they work.
(c)    Be placed in a position of command, supervision, administration or control over Government personnel or personnel of other Government contractors, or become a part of the government organization. In all communications with other Government Contractors in connection with this contract, the Contractor employee shall state that they have no authority to change the contract in any way. If the other Contractor believes this communication to be direction to change their contract, they should notify the CO for that contract and not carry out the direction until a clarification has been issued by the CO.
4.    If the Contractor believes any Government action or communication has been given that would create a personal service relationship between the Government and any Contractor employee, the Contractor shall promptly notify the CO of this communication or action.
5.    Rules, regulations directives and requirements which are issued by U.S. Customs & Border Protection under their responsibility for good order, administration and security are applicable to all personnel who enter U.S. Customs & Border Protection installations or who travel on Government transportation. This is not to be construed or interpreted to establish any degree of Government control that is inconsistent with a non-personal services contract.
[End of Clause]


ADDITIONAL CONTRACTOR PERSONNEL REQUIREMENTS (OCT 2007)
The Contractor will ensure that its employees will identify themselves as employees of their respective company while working on U.S. Customs & Border Protection (CBP) contracts. For example, contractor personnel shall introduce themselves and sign attendance logs as employees of their respective companies, not as CBP employees.


The contractor will ensure that their personnel use the following format signature on all official e-mails generated by CBP computers:


[Name]
(Contractor)
[Position or Professional Title]
[Company Name]
Supporting the XXX Division/Office...
U.S. Customs & Border Protection
[Phone]
[FAX]
[Other contact information as desired]


[End of Clause]


See also HSBP1017Q0157, attached.



(xiv)    Defense Priorities and Allocations System (DPAS) and assigned rating will not apply.
(xv)    NOTE:    One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements.
(xvi)    NOTE:    Any additional terms and conditions that are submitted as part of a vendor's quote to this RFQ that are inconsistent with this RFQ or the Federal Acquisition Regulation (FAR) will result in that quote being considered non-responsive and ineligible for award.
(xvii)    Responding offerors shall include in their quotations the pricing matrix (Excel Spreadsheet, DO NOT PDF) and descriptive literature (Narrative Statement or White Paper). The Government intends to make a complete evaluation and appraisal of the offering based only on the Offeror's quote. ALL QUOTES ARE DUE BY NINE AM, MOUNTAIN STANDARD TIME (9:00 AM MST) TUESDAY, September 26, 2017.
(xviii)    The Point of Contact for this acquisition is Contracting Officer Kirk Hunt, 520-407-2811. Quotes must be emailed to kirk.w.hunt@cbp.dhs.gov.


 


Kirk W. Hunt, Contracting Officer, Phone 520-407-2811, Fax 520-407-2810, Email kirk.w.hunt@cbp.dhs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP