MODIFICATION
R -- Courier Services - Dallas
- Notice Date
- 9/17/2009
- Notice Type
- Modification/Amendment
- NAICS
- 492210
— Local Messengers and Local Delivery
- Contracting Office
- Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-MD, 7701 N. Stemmons, Dallas, Texas, 75247, United States
- ZIP Code
- 75247
- Solicitation Number
- HSCEMD-09-Q-00042
- Archive Date
- 10/6/2009
- Point of Contact
- Eva L. Fulton, Phone: 2149055392
- E-Mail Address
-
eva.fulton@dhs.gov
(eva.fulton@dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- AMENDMENT 3 The subject RFQ is being amended to reflect additional changes to the evaluation of quotes submitted. The current evaluation criteria on Amendment 1 is ambiguous in its wording. DELETE THE FOLLOWING: Evaluation of Offers - Offers will be evaluated according to FAR Part 13, Simplified Acquisition Procedures. Award will be made to the technically acceptable offer with the lowest total price*. Technical acceptability will be based upon successful performance of courier services within the past three years. Successful performance shall be determined by the Contracting Officer. Offeror's shall provide up to three points of contact (name, company, telephone number, email address) for courier services performed within the past three years. * Total price will be based upon the cumulative price of the base period of performance plus the additional option periods, however, an offer may be rejected if the Contracting Officer determines prices are unbalanced. CHANGE TO THE FOLLOWING: Evaluation of Offers - Offers will be evaluation according to FAR 13.106-2(b)(4), Simplified Acquisition Procedures. Award will be made to the firm offering a best value to the government where Price and Past Performance are considered equal*. Past Performance shall include at a minimum 2 references but no more than 3 references (name, company, telephone number, email address) for courier services performed within the past three years. Those offers without references shall be considered neutral in consideration with past performance. Technical Acceptability is considered the following in performance of the contract: Auto Applicable State Auto Insurance Staff capable of performing the required work *Total price will be based upon the cumulative price of the base period of performance plus the additional option periods, however, an offer may be rejected if the Contracting Officer determines prices are unbalanced. ALL DOCUMENTS SUBMITTED MUT BE IN.pdf ATTACHMENTS ONLY, NO EXCEPTIONS. Resubmissions of Offers are hereby granted an extension to submit revised quotes no later than 3 pm Central Daylight Time (Dallas local) on September 21, 2009. Any offer received past the cutoff time via email to eva.fulton@dhs.gov or via fax at 817-905-5568 (Attn: Eva Fulton - MUST HAVE COVER SHEET) will be considered unresponsive.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-MD/HSCEMD-09-Q-00042/listing.html)
- Place of Performance
- Address: 8801 N. Stemmons Freeway, Dallas, Texas, 76547, United States
- Zip Code: 76547
- Zip Code: 76547
- Record
- SN01959313-W 20090919/090918000515-ba8081727eea0dea82a7258acfb4bca6 (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 |