Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2011 FBO #3361
SOLICITATION NOTICE

S -- Blanket Purchase Agreement for Car Washes - Statement of Work - Wage Determinations

Notice Date
2/4/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811192 — Car Washes
 
Contracting Office
Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223
 
ZIP Code
20223
 
Solicitation Number
RFQ272904
 
Archive Date
2/26/2011
 
Point of Contact
Neil Clark Lanzendorf, Phone: 2024066657
 
E-Mail Address
Neil.Lanzendorf@associates.usss.dhs.gov
(Neil.Lanzendorf@associates.usss.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Department of Labor Wage Determinations Statement of Work This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Synopsis/solicitation number RFQ272904 is issued as a Request for Quote (RFQ) through Federal Acquisition Circular 05-37. The projected period of performance is from date of award for one year with four (4) one year option periods. The Government intends to make single award competitive Blanket Purchase Agreement for the US Secret Service with a Not To Exceed (NTE) amount of $10,000.00 annually. Potential offerors are hereby notified that the solicitation and subsequent amendments to the solicitation will only be available by downloading the documents at the Federal Business Opportunities Website at http://www.fbo.gov. This office will not issue hard copy solicitations. By submitting a quote, the vendor will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. This Solicitation is comprised of: I. CONTRACT LINE ITEM (CLIN) SPECIFICATIONS II. FORMAT AND SUBMISSION OF PROPOSAL III. EVALUATION FACTORS IV. PROVISIONS AND CLAUSES V. ADDITIONAL INFORMATION FOR OFFERORS VI. ATTACHMENTS ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ I. CONTRACT LINE ITEM (CLIN) SPECIFICATIONS CLIN 0001: Clean the interior and exterior of the USSS vehicle. Cleaning includes, but is not limited to the following tasks: 1. BASIC EXTERIOR WASH WITH SOAP AND RINSE 2. INTERIOR VACUUM 3. DASH BOARD AND CONSOLE WIPE DOWN 4. HANDRYING WITH TOWELS OR MECHANICAL DRYER 5. CLEANING OF THE WINDOWS,INSIDE AND OUT All work shall be accomplished in accordance with the attached Statement of Work ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ II. FORMAT AND SUBMISSION OF PROPOSAL Part A. Pricing and Availability - The offeror shall provide a fixed priced for each of the tasks 1-5 outlined under CLIN 0001. In addition, offerors shall provide the total price which accumulates the individual prices of tasks 1 - 5. Additionally, the offorer shall provide pricing for each option year. Part B. The Offeror shall provide: 1) Name, title, telephone number, fax number, and email address of the point of contact. 2.) The address of the facility where work will be performed 3) Nine-digit DUNS. The DUNS is used to verify that the vendor is in CCR. By submitting a proposal, 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. 4) Nine-digit TIN. The Taxpayer Identification Number is necessary for electronic payment. 5) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. If you have completed the annual representations and certifications electronically through ORCA at http://orca.bpn.gov, then provide a statement as such and it will be verified. Part C. Documents. The offeror shall submit a proposal outlining the work to be completed on each vehicle. Offeror's must meet the minimum task requirements outlined in section 4.0 in the Statement of Objectives. The deadline for receipt of proposals is Friday February 11, 2011. All documents required for submission of quote must be sent to Clark Lanzendorf via email to Neil.Lanzendorf@associates.usss.dhs.gov. Hard copy or faxed proposals shall not be accepted. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ III. EVALUATION FACTORS The Government intends to make a single award Blanket Purchase Agreement resulting from this solicitation to the responsible offerors whose offers are the lowest price technically acceptable. In order to be technically acceptable, the offeror must fulfill the location requirement. Offerors must complete the work within a three (3) mile radius of the following address: 1600 Pennsylvania, Ave. NW Washington, DC. 20005 Failure to perform work within said radius will result in elimination from this competitive requirement. In addition to the location requirement, the offeror shall submit the total value of all five (5) requirements, which will be used to calculate the lowest price. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ IV. PROVISIONS AND CLAUSES FAR contract clauses may be accessed electronically at this address: Federal Acquisition Regulation (FAR): www.acquisition.gov/far FAR 52.204-7 Central Contractor Registration FAR 52.212-1 Instructions to Offerors--Commercial Items FAR 52.212-2 Evaluation--Commercial Items. Award will be based on: (1) technical acceptability, (2) past performance, and (3) price. FAR 52.212-3 Offerors Representations and Certifications--Commercial Items FAR 52-212-4 Contract Terms and Conditions--Commercial Items FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items. Under (b) the following clauses are applicable: FAR 52.219-6 Notice of Total Small Business Set-Aside, 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.219-28, Post Award Small Business Program Rerepresentation, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies, FAR 222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.232-33 Payment by Electronic Funds Transfer - Other than Central Contractor Registration, 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. 52.225-4, Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate 3052.209-70 Prohibition on Contracts with Corporate Expatriates 52.232-19 Availability of Funds for the Next Fiscal Year FAR 52.252-2 Clauses Incorporated by Reference HSAR contract clauses may be accessed electronically at this address: Homeland Security Acquisition Regulation (HSAR): http://www.dhs.gov/xopnbiz/regulations/ 3052.209-70 Prohibition on Contracts with Corporate Expatriates. 3052.204-90 Unauthorized Use of the U.S. Secret Service Name ~~~~~~~~~~~~~~~~~~~~~~~~~~~~ V. ADDITIONAL INFORMATION FOR OFFERORS Since this is a competitive requirement, please do not telephone with questions but email them. Questions regarding the solicitation must be emailed to Clark Lanzendorf via email to Neil.Lanzendorf@associates.usss.dhs.gov. If you do not receive a confirmation response then your question was not received. The deadline for receipt of proposals is Friday February 11, 2011 at 5:00 PM EST. All documents required for submission of quote must be sent to Clark Lanzendorf via email to Neil.Lanzendorf@associates.usss.dhs.gov. Hard copy or faxed proposals shall not be accepted. Communications with other officials may compromise the competitiveness of this acquisition and result in cancellation of the requirement. This requirement is subject to the Services Contract Act, thus all workers providing services to the Federal Government must be compensated in accordance with the Department of Labor Wage Determination 2005-2104 (6/22/2010) ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ VI. ATTACHMENTS •1. Statement of Work •2. Department of Labor Wage Determinations
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/RFQ272904/listing.html)
 
Place of Performance
Address: 1600 Pennsylvania Ave., Washingto, District of Columbia, 20005, United States
Zip Code: 20005
 
Record
SN02373425-W 20110206/110204234210-0690e3f4b323ed5a0e7786e99dc14f64 (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.