Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2009 FBO #2680
SOLICITATION NOTICE

S -- Grounds Maintenance Service

Notice Date
3/27/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 2410 Natures Path Way, Blaine, WA 98230
 
ZIP Code
98230
 
Solicitation Number
20045383
 
Response Due
4/6/2009
 
Archive Date
10/3/2009
 
Point of Contact
Name: Paul Ebinger, Title: Contract Specialist, Phone: 360 332 9210, Fax: 3603329263
 
E-Mail Address
paul.ebinger@dhs.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 20045383 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-31. The associated North American Industrial Classification System (NAICS) code for this procurement is 561730 with a small business size standard of $6M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-04-06 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The DHS-Customs and Border Protection requires the following items, Meet or Exceed, to the following: LI 001, Grounds Maintenance - CBP, USBP, Blaine Sector. The period of performance is April 16, 2009 thru October 31, 2009 with no Option years. Sellers must bid a total price for the full period of performance. *** Sellers pricing must be in accordance with attached Statement of Work ***, 1, LOT; LI 002, Grounds Maintenance - CBP, USBP, Sumas Station. The period of performance is April 16, 2009 thru October 31, 2009 with no Option years. Sellers must bid a total price for the full period of performance. *** Sellers pricing must be in accordance with attached Statement of Work ***, 1, LOT; LI 003, Grounds Maintenance - CBP, USBP, Lynden Station. The period of performance is April 16, 2009 thru October 31, 2009 with no Option years. Sellers must bid a total price for the full period of performance.*** Sellers pricing must be in accordance with attached Statement of Work *** *** Sellers pricing must be in accordance with attached Statement of Work ***, 1, LOT; LI 004, Grounds Maintenance - CBP, USBP, Bellingham Station. The period of performance is April 16, 2009 thru October 31, 2009 with no Option years. Sellers must bid a total price for the full period of performance. *** Sellers pricing must be in accordance with attached Statement of Work ***, 1, LOT; For this solicitation, DHS-Customs and Border Protection intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS-Customs and Border Protection is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to providing pricing at www.FedBid.com for this solicitation, each offeror must provide the REQUIRED NON-PRICING responses to include a technical proposal, representations and certifications, and any available past performance information directly to clientservices@fedbid.com so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. HOLIDAYS AND ADMINISTRATIVE LEAVE (MAR 2003)U.S. Customs & Border Protection (CBP) personnel observe the following days as holidays: New Year's Day,Labor Day, Martin Luther King's Birthday, Columbus Day, Presidents' Day, Veteran's Day, Memorial Day, Thanksgiving Day, Independence Day, Christmas Day Any other day designated by Federal statute, by Executive Order or by the President's proclamation. When any such day falls on a Saturday, the preceding Friday is observed. When any such day falls on a Sunday, the following Monday is observed. Observance of such days by Government personnel shall not be cause for an extension to the delivery schedule or period of performance or adjustment to the price, except as set forth in the contract. Except for designated around-the-clock or emergency operations, contractor personnel will not be able to perform on site under this contract with CBP on holidays set forth above. The contractor will not charge any holiday as a direct charge to the contract. In the event Contractor personnel work during a holiday other than those above, no form of holiday or other premium compensation will be reimbursed as either a direct or indirect cost. However, this does not preclude reimbursement for authorized overtime work.In the event CBP grants administrative leave to its Government employees, at the site, on-site contractor personnel shall also be dismissed if the site is being closed. However, the Contractor shall continue to provide sufficient personnel to perform around-the-clock requirements of critical efforts already in progress or scheduled and shall be guided by the instructions issued by the Contracting Officer or her/his duly appointed representative. In each instance when the site is closed to Contractor personnel as a result of inclement weather, potentially hazardous conditions, explosions, or other special circumstances; the Contractor will direct its staff as necessary to take actions such as reporting to its own site(s) or taking appropriate leave consistent with its policies. The cost of salaries and wages to the Contractor for the period of any such site closure are a reimbursable item of direct cost under the contract for employees whose regular time is normally a direct charge if they continue to perform contract work; otherwise, costs incurred because of site closure are reimbursable as indirect cost in accordance with the Contractor's established accounting policy.[End of Clause] WAGES, services performed in relation to this contract and on a government facility will be subject to the Service Contract Act. See attached Wage Determination No. 2005-2563, Rev 8, Dated 09/11/2008. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Firms must also complete the Online Representations and Certifications Application (ORCA) prior to submission for consideration. 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. No written solicitation will be issued. Solicitation number 20045383 is used for reference purposes. The Department of Homeland Security Bureau of Customs and Border Protection has a requirement for Grounds Maintenance Services in accordance with statement of work for various locations, at (1) 2410 Natures Path Way, Blaine, WA 98230, (2) 9648 Garrison Road, Sumas, WA 98295, (3) 8334 Guide Meridian, Bellingham, WA 98264, And (4) 2745 McLeod Road, Bellingham, WA 98227. See attached statement of work and drawings. The period of performance is April 16, 2009 thru October 31, 2009 with no option years. Mandatory Site Visit - scheduled for Wednesday, Apr 1, 2009 at 8:00 AM. Sites will be visited in the following order: (Site 1) CBP, US Border Patrol, Blaine Sector Headquarters, 2410 Natures Path Way, Blaine, WA 98230(Site 2) CBP, US Border Patrol, Sumas Station, 9648 Garrison Road, Sumas, WA 98295(Site 3) CBP, US Border Patrol, Lynden Station, 8334 Guide Meridian, Bellingham, WA 98264(Site 4) CBP, US Border Patrol, Bellingham Station, 2745 McLeod Road, Bellingham, WA 98227
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=30114173396399be1d818fb3e8b690b4&tab=core&_cview=1)
 
Place of Performance
Address: Multiple shipping information.<br />
Zip Code: Multiple<br />
 
Record
SN01779596-W 20090329/090327215628-30114173396399be1d818fb3e8b690b4 (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.