Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2009 FBO #2774
SOLICITATION NOTICE

S -- Hawaii Janitorial Services - Attachments

Notice Date
6/29/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-MS, 801 I Street, NW, Suite 910, Washington, District of Columbia, 20536-0001, United States
 
ZIP Code
20536-0001
 
Solicitation Number
HSCEMS-09-R-00013
 
Archive Date
7/24/2009
 
Point of Contact
Fabiola Palma, Phone: 2027322435, Karen Glass, Phone: 202732-2592
 
E-Mail Address
fabiola.palma1@dhs.gov, Karen.Glass@dhs.gov
(fabiola.palma1@dhs.gov, Karen.Glass@dhs.gov)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
Contract Terms and Conditions Past Performance Survey Building Statistics Task and Frequency Chart Wage Determination Pricing Worksheet-Excel Performance Work Statement This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information attached to this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation, HSCEMS-09-R-00013 is issued as a request for proposal (RFP). The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. This procurement is set aside to HUBZone Small Businesses. The associated North American Industrial Classification System (NAICS) code is 561720 and the small business size standard is 16.5 million of average annual receipts. Contract line item and option periods are as follows: The following description applies to all of the CLINs: The contractor shall provide all labor, material, and supplies to perform and provide the services described in the attached Performance Work Statement. The anticipated period of performance is a 12 month base period and four 12 month option periods. The dates in the period of performance (POP) below may be adjusted based on the actual date of award. CLIN Description QTY UNIT 0001 Base Period - Janitorial Services 12 Month POP: Aug 1, 2009 - July 31, 2010 1001 Option Period 1 - Janitorial Services 12 Month POP: Aug 1, 2010 - July 31, 2011 2001 Option Period 2 - Janitorial Services 12 Month POP: Aug 1, 2011 - July 31, 2012 3001 Option Period 3 - Janitorial Services 12 Month POP: Aug 1, 2012 - July 31, 2013 4001 Option Period 4 - Janitorial Services 12 Month POP: Aug 1, 2013 - July 31, 2014 Description of Services - The US Immigration and Customs Enforcement Agency, Office of Acquisition Management, Mission Support Division, has a requirement for janitorial services in support of the Office of Asset Management (OAM) in Honolulu, Hawaii. See Attached Performance Work Statement. Place of Performance: 595 Ala Moana Blvd, Honolulu, Hawaii The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. See Addedum to the provision, which is included in Attachment G, Terms and Conditions. The provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: a) Technical Capabilities and Experience, b) Past Performance. The Provision is provided in Full text on Attachment G, Terms and Conditions. The offerors are to comply with the requirements in FAR 52.212-3, "Offerors Representations and Certifications - Commercial Items." The Provision is provided in Full text on Attachment G, Terms and Conditions. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and is incorporated via reference. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Copies of this as well as additional FAR clauses are provided in Attachment G, Terms and Conditions. This is an open market combined synopsis/solicitation for services. The Government intends to award a contract as a result of this solicitation that will include the contract clauses included on the attached document. To facilitate the award process, ALL offers shall include a statement regarding the terms and conditions as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: " Offeror shall list exception(s) and rationale for the exception(s). The date, time and place offers are due. Proposal submission shall be received not later than July 9, 2009 at 2:00 p.m. (Eastern Daylight Time). Proposals shall be mailed to: US Immigration and Customs Enforcement Agency Attn: Fabiola Palma, (202) 732-2435 OAQ/MS 5750 801 I Street, NW, FL 9, Suite 910 Washington DC 20536-5750 Late proposals will be handled in accordance with FAR 15.208. All questions regarding this solicitation should be forwarded in writing via email to the contract specialist, Fabiola Palma at Fabiola.Palma1@dhs.gov and the Contracting Officer, Karen Glass at Karen.Glass@dhs.gov Listing of Attachments: Attachment A: Performance Work Statement Attachment B: Pricing worksheet - Excel Attachment C: Wage Determination Attachment D: Task and Frequency Chart Attachment E: Building Statistics Attachment F: Past Performance Survey Attachment G: Terms and Conditions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-MS/HSCEMS-09-R-00013/listing.html)
 
Place of Performance
Address: 595 Ala Moana Blvd, Honolulu, Hawaii, Honolulu, Hawaii, United States
 
Record
SN01860261-W 20090701/090630001001-0990b36308d879c93646e34a4a52449a (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.