MODIFICATION
Z -- Comprehensive Tactical Infrastructure Maintenance and Repair (CTIMR)
- Notice Date
- 10/5/2009
- Notice Type
- Modification/Amendment
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of Homeland Security, Customs and Border Protection, Secure Border Initiative Acquisition Office, 1901 South Bell Street, 8th Floor, Arlington, Virginia, 22202, United States
- ZIP Code
- 22202
- Solicitation Number
- HSBP1209R2483
- Point of Contact
- CTIMR Point of Contact, , Yolanda S. Brown, Phone: 571-468-7042
- E-Mail Address
-
CTIMR@cbp.dhs.gov, yolanda.brown@dhs.gov
(CTIMR@cbp.dhs.gov, yolanda.brown@dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- The purpose of this notice is to inform industry of the current status of the Comprehensive Tactical Maintenance and Repair (CTIMR) procurement. Based on feedback provided by our industry partners, the government has finalized its acquisition strategy. While the scope of work envisioned for this procurement remains largely unchanged, industry partners who will be able to participate as prime contractors has been tailored as described below: •Area 1 (El Centro / San Diego) will be set-aside for certified HUBZONE small business contractors only. •Area 2 (Yuma / Tucson) remains an unrestricted, or full and open, procurement. •Area 3 (El Paso / Marfa) remains an unrestricted, or full and open, procurement. •Area 4 (Del Rio / Laredo / Rio Grande) will be set-aside for certified 8(a) small business contractors only. The timing and approach for formally issuing these procurements is: Three separate Requests for Proposal (RFPs) will be issued beginning in late October 2009. One RFP will be issued for Areas 2 and 3. One RFP will be issued for Area 1. One RFP will be issued for Area 3. The RFP for Areas 2 and 3 will be issued first, followed approximately three weeks later by the RFP for Area 1. Subsequent the release of the RFP for Area 1, the RFP for Area 4 will be released approximately three weeks later. Other changes to the draft RFP include: updates to the evaluation and award criteria; formally incorporating the revised bonding levels announced on August 6, 2009; changes to the contract type in Option Years 1 and 2; and, other miscellaneous editorial changes. Of note, the contract type for this procurement will remain “cost” type. At this time, we ask companies that do not have Defense Contract Audit Agency (DCAA) certified cost accounting systems AND intend to pursue one or more of these procurements as a prime contractor to contact the Contracting Officer for this effort so that we can begin working with DCAA to certify your systems. It is important to note that companies that do not have, or cannot achieve, certification will be ineligible to participate as a prime contractor on these efforts. Questions regarding these changes, or requests to begin DCAA certification, can be directed to Yolanda Brown at email address CTIMR@cbp.dhs.gov. Additionally, please continue to check the CTIMR website as well as FEDBIZOPPS located at http://www.cbp.gov/xp/cgov/border_security/ti/ctimr/ and www.fbo.gov for updates.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/SBIAO/HSBP1209R2483/listing.html)
- Record
- SN01980219-W 20091007/091006000636-af10d40886e1d39c1ff0d63ebbe9eefe (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 |