Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2006 FBO #1840
SOLICITATION NOTICE

S -- Janitorial Services

Notice Date
12/8/2006
 
Notice Type
Solicitation Notice
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, National Acquisition Center, Intech Two, Suite 100 6650 Telecom Drive, Indianapolis, IN, 46278, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
20025342
 
Response Due
12/13/2006
 
Archive Date
12/14/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; No written solicitation will be issued. Solicitation Number 20025342 is used for reference purposes. The Dept of Homeland Security, Bureau of Customs and Border Protection has a requirement for Janitorial services in accordance with the statement of work for Antelope Wells Port of Entry located at Highway 81 South, Antelope Wells NM 88040. Statement of Work is provided upon request. The base period of performance is January 1, 2007 through September 30, 2007. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. The following clauses apply to this solicitation: FAR 52.212-1, Instructions to Offerors Commercial Items; however, sub-paragraphs (g) and (h) are deleted as this is an RFQ. FAR 52.212-2, Evaluations, Commercial Items with the following factors included in FAR 52.212-2(a) used to evaluate offers: The government will evaluate the proposals based on Technical Capability, Past Performance an Price. Technical Capability and Past Performance when combined are equal to Price. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer most advantageous to the government price and other factors considered such as quality of service, timeliness of performance and business relations. Offerors shall submit as a part of their quote, completed copies of the provisions at FAR 52.212-3 with Alt I, Offeror Representations and Certifications Commercial Items. FAR 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition; addenda are as stated herein. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition Supervision Labor and Materials. FAR 52.247-21 Contract liability for personal injury and or property damage.The following clauses within paragraph 52.212-5(b) apply to this solicitation: FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, FAR 52.225-13, Restriction on Certain Foreign Purchases; and FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply to this acquisition. The complete text of any of the clauses and provisions effective on the date of the latest Federal/Defense Acquisition Circular is available electronically from the following site: http://farsite.hill.af.mil. The Wage Determination #05-2511 REV 01 which will be implemented in the solicitation can be retrieve at www.wdol.gov Services performed in relation to this contract and on a government facility will be subject to the Service Contract Act. Offers in response to this combined synopsis/solicitation are due not later than December 13, 2006. Firms offering in response to this notice should ensure registration in the Central Contractor Registration Database prior to submission for consideration. For further information regarding this acquisition please contact Billy J. Cooper at 317-614-4937. Email address is billy.cooper@dhs.gov. Offerors are requested to submit quotes via e-mail, however, facsimile copies are acceptable at 317-298-1344.
 
Place of Performance
Address: U.S. Customs and Border Protection, Port Office, Highway 81 South, Antelope Wells NM
Zip Code: 88040
Country: UNITED STATES
 
Record
SN01193322-W 20061210/061208220700 (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.