Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2011 FBO #3402
MODIFICATION

99 -- Warehouse storage facility and services - Amendment 1

Notice Date
3/17/2011
 
Notice Type
Modification/Amendment
 
NAICS
493110 — General Warehousing and Storage
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
 
ZIP Code
20229
 
Solicitation Number
PR0020061265
 
Point of Contact
Monifa Coleman, Phone: 2023442688
 
E-Mail Address
Monifa.Coleman@dhs.gov
(Monifa.Coleman@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ QUESTIONS AND ANSWERS AS OF 03-17-11 ********************Important Amendment Change***************** THE PURPOSE OF THIS AMENDMENT IS TO DO THE FOLLOWING: 1. TO DELETE THE FOLLOWING REQUIREMENT CONDITION: "The Contractor must be a DHS Certified Secure Warehouse." 2. TO PROVIDE ANSWERS TO THE QUESTIONS RECEIVED IN ACCORDANCE WITH THE RFQ AS AN ATTACHMENT LABELED, "RFQ QUESTIONS AND ANSWERS AS OF 03-17-11." ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. ************************************************************** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-48. This announcement constitutes the only solicitation and a written solicitation will not be issued. This synopsis, NAICS code 493110, is to notify contractors that the government intends to issue a Purchase Order in accordance with FAR Part 13.106 for the following specifications, under the simplified acquisition procedures. This is a 100% Small Business Set-Aside. Prospective offerors are responsible for downloading the solicitation and any amendments. It is the offeror's responsibility to monitor the Federal Business Opportunity website for the release of any amendments to this solicitation. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. This solicitation is issued as a Request for Quote (RFQ) The Department of Homeland Security (DHS), U.S. Customs and Border Protection (CBP), Atlanta Field Office has a requirement due to limited storage space. Storage space is needed to store Field Operations, Atlanta Emergency Response supplies including 115 generators, 7 pallets of empty fuel can containers and emergency trailer, Hurricane Response and Avian Flu supplies in a secure, temperature-controlled environment. The Contractor must be a DHS Certified Secure Warehouse with access to secure areas of Atlanta Airport to facilitate movement of emergency supplies when needed. The purpose of this procurement is for the Contractor to provide storage space for Emergency Relief Response supplies including generators, gas cans and response trailer, Hurricane Response and Avian Flu supplies. The service must have the following: Specifications: 1) The Contractor shall be able to accept CBP shipments without a CBP employee being on site, will notify the Field Office when the shipment arrived, shrink-wrap, palletize, and ship supplies out to locations where needed. The vendor must be available 24/7 to accommodate CBP personnel at the warehouse to load the shipment for distribution. 2) The Contractor shall provide space to accommodate 42 or more pallets of various supplies which occupy 800 square foot (or additional if required) of storage space. 3) The Contractor shall store the Emergency Response Trailer in a secure location and shall be able to assist in staging and preparation to distribution of stored supplies as needed in the event of an emergency. 4) The Contractor shall assist the CBP personnel with service/maintenance of the 115 generators on a quarterly basis. *Service Coverage Area: The Contractor shall be within five (5) to ten (10) miles from the Atlanta Field Office, thus making it more readily accessible to reach in case of an emergency. Period of Performance (POP) Period of Performances April 01, 2011 through March 31, 2012 Base Period $__________ April 01, 2012 through March 31, 2013 Option Period 1 $__________ April 01, 2013 through March 31, 2014 Option Period 2 $ __________ April 01, 2014 through March 31, 2015 Option Period 3 $__________ April 01, 2015 through March 31, 2016 Option Period 4 $__________ FOB: Destination Customs and Border Protection Field Operations, Atlanta 1699 Phoenix Parkway College Park, Georgia 30349 EVALUATION AND AWARD : Award. The Government intends to evaluate proposals and, if necessary conduct discussions with all responsible offerors within the competitive range. The award will be made to the offeror whose proposal conforms to the terms and conditions of the solicitation and award may be made to other than the lowest priced or the highest technically rated offer. Relative importance and trade-offs. The Government will base the determination of best value on performance, and the other evaluation factors identified elsewhere in this solicitation. The determination of best value also considers the relative importance of the evaluation factors. Technical factors are significantly more important than price. It is pointed out, however, that should technical competence between offerors be considered approximately the same, then price could become primary. CBP will base its award decision using a best value analysis that results in the most advantageous acquisition for the government. CBP's acquisition strategy used to obtain best value may result in an award to other than the lowest priced, technically rated offeror. Best value analysis spans a continuum from the technically acceptable proposal to those proposals in which tradeoffs between price, past performance, and each offeror's technical solution is evaluated. CCR : Vendors must be registered in the Central Contractor Register (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. You will need your Dun & Bradstreet number and banking information. QUESTIONS DEADLINE : All questions are to be submitted via email to Monifa.Coleman@dhs.gov no later than March 16, 2011, 2:00pm EST. QUOTATIONS DUE : All quotations are due, electronically via to: Monifa.Coleman@dhs.gov, no later than March 21, 2011, 2:00pm, EST. PROVISIONS and CLAUSES : The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The following agenda has been attached to this provision: None. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items applies to this acquisition. The following agenda has been attached to the clause: None. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items applies to this acquisition. The following FAR clauses cited are applicable: FAR 52.217-8, FAR 52.217-9, FAR 52.222-35, FAR 52.222-36, FAR 52.232-33, and FAR 52.232-18. Clauses and provisions are incorporated by reference and apply to this acquisition. Questions to this notice must be sent via email to: Monifa.Coleman@dhs.gov. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/PR0020061265/listing.html)
 
Place of Performance
Address: Customs and Border Protection, Field Operations, Atlanta, 1699 Phoenix Parkway, College Park, Georgia, 30349, United States
Zip Code: 30349
 
Record
SN02403114-W 20110319/110317234348-0d23433dd59b5b0d8ca8808920f1ee55 (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.