Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2010 FBO #3143
SOLICITATION NOTICE

73 -- Sack Lunches for Austin sub-office - Provisions & Clauses - DHS HSAR Clause - Statement of Work

Notice Date
7/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-CR, 801 I STREET, NW, Suite 910, Washington, District of Columbia, 20536, United States
 
ZIP Code
20536
 
Solicitation Number
192110FAO00000076
 
Point of Contact
pamela a. rodgers, Phone: 2027322395, Nancy Maples-Remley, Phone: 2027322556
 
E-Mail Address
pamela.rodgers@dhs.gov, nancy.maples-remley@dhs.gov
(pamela.rodgers@dhs.gov, nancy.maples-remley@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work for Sack Lunches in support of the ICE Austin Sub-Office. 3052.209-70 Prohibition on contracts with corporate expatriates (JUN 2006) DHS FAR Clauses and Provisions Synopsis/Solicitation Austin, TX Sack Lunches for Immigrations and Customs Enforcement (ICE) This is a combined synopsis/solicitation for commercial items prepared in accordance with The Federal Acquisition Regulation Part 12, subpart 6-Streamlined Procedure for Evaluation and Solicitation for Commercial Items. Quotes are being requested as official Request for Quotes (RFQ). This is a small business set-aside. The NAICS code is 722310. The small business size standard is $20.5M. Immigrations and Customs Enforcement (ICE) has a requirement to award a Firm-Fixed Price contract with a base year and four (4) one year option years to the Offeror providing sack lunches to the Austin, TX sub-office. The base year, CLIN(s) 0001 shall begin per contract award date. There will also be four Option Year periods CLIN(s): 1001 for Option Year One, CLIN(s) 2001 for Option Year Two, and CLIN(s) 3001 for Option Year Three and CLIN(s) 4001 for Option Year Four. Please submit a quote for the base and four option periods corresponding to above contract line items. **Please submit quotes as follows: CLIN0001 (Base Year) - Provide sack lunches total cost CLIN1001 (Option Year One) - Provide sack lunches total cost CLIN2001 (Option Year Two) - Provide sack lunches total cost CLIN3001 (Option Year Three) - Provide sack lunches total cost CLIN4001 (Option Year Four) - Provide sack lunches total cost Instructions to Offerors: The Offeror is required to provide quotes in accordance with the attached Statement of Work. Statement of Work is included as an attached document Format for Quotes: 1. Pricing - the offeror shall provide a total price for each item listed: 2. Contractor Information: a) Provide the name, title, telephone number, fax number, and email address of the point of contact. b) Provide the nine-digit DUNS and the nine-digit TIN. DUNS is used to verify that the vendor is in CCR and a small business for the NAICS specified. The Taxpayer Identification Number is necessary for electronic payment. By submitting a quote, the Offeror acknowledges the Government requirement to be in the Central Contractor Registration (CCR) database prior to award of any contract. Information about CCR may be found at www.ccr.gov. c) If you have not completed the annual representations and certifications electronically at http://orca.bpn.gov, please fill in the representations and certifications in the Solicitation. If you use ORCA, then do not fill out and sign those pages. d) Department of Homeland Security Acquisition Regulation (HSAR) 3052.209-70 Prohibition on Contracts with Corporate Expatriates (June 2006), paragraph (f) disclosure information must be completed and submitted with quote. No quote will be considered for award without this provision completed, signed and returned with quote. The following DHS Provisions are applicable: *3052.209-70 Prohibition on Contracts with Corporate Expatriates The following FAR provisions and clauses apply to this acquisition: *FAR 52.212-1 Instructions to Offerors-Commercial Items *FAR 52.212-2 Evaluation- Commercial Items. Award will be based on Lowest Price Technically Acceptable *FAR 52.212-3 Offerors Representatives and Certifications-Commercial Items *FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Jun 2010) *FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jun 2010) *FAR 52.217-8 Option to Extend Services. (NOV 1999) *FAR 52.217-9 Option to Extend the Term of the Contract. (MAR 2000) *FAR 52.225-1 Buy American Act -Supplies (FEB 2009) **These DHS and FAR Provisions and Clauses may be accessed via: http://www.arnet.gov/far/, www.dhs.gov. Requests for copies of FAR Provisions and/or Clauses will not be accepted. Evaluation Factors for Award The Government intends to evaluate the quote based on the Lowest Price Technically Acceptable conforming to the RFQ. The Government will evaluate offers for award purposes by adding the total price of all line items identified in the schedule. The Government will award resulting from the RFQ to the responsible Offeror whose quotes conforms to the RFQ. Your response and submittal should be received as soon as possible, but no later than 8:00 a.m., Monday, July 12, 2010. The Offeror shall submit complete packets via email to Pamela.Rodgers@dhs.gov. If there are any questions regarding this synopsis/solicitation, please email Pamela Rodgers at pamela.rodgers@dhs.gov NLT 8:00a.m. Wednesday, July 7, 2010. Responses to all questions will be sent to all vendors by 12:00 p.m. on Thursday, July 8, 2010. Submitting by postal mail is strongly discouraged as postal mail is scanned prior to acceptance; you will miss the deadline. Please reference "192110FAO00000076" in the subject line. If you do not receive an email confirmation of receipt of your quote, then your quote has not been received. Late quotes will not be accepted. The Government will not be responsible for any costs accrued or incurred by the vendor in response to this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-CR/192110FAO00000076/listing.html)
 
Place of Performance
Address: ICE Austin Sub-Office at 300 E. 8th Street, Rm B111, Austin, Texas, 78701, United States
Zip Code: 78701
 
Record
SN02193736-W 20100703/100701234903-6ff98ace6202e6052d4ebfe79337057f (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.