Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2011 FBO #3535
SOLICITATION NOTICE

J -- CBP Preventive Maintenance Program for the Northwest Region

Notice Date
7/28/2011
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - IN, 6650 Telecom Drive, Intech Two, Suite 100, Indianapolis, Indiana, 46278, United States
 
ZIP Code
46278
 
Solicitation Number
HSBP1011R0042
 
Archive Date
3/1/2012
 
Point of Contact
Matthew A. Korn, Phone: 3176144546
 
E-Mail Address
matthew.korn@dhs.gov
(matthew.korn@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Customs and Border Protection (CBP), intends to solicit offers in response to Request for Proposal (RFP) HSBP1011R0042 for the Preventative Maintenance Program (PMP) for the Northwest Region. During the base period, the region will consist of 24 fully-owned and direct lease operated facility locations/campuses and 73 buildings or facilities. Beginning in option period 1 additional locations will be phased-in, resulting in a total of 31 fully-owned and direct lease operated facility locations/campuses and 94 buildings or facilities (amounting to approximately 403,477 square feet) from Washington state to Minnesota. This requirement will be procured as a total small business set aside. The requirement will include validation of all equipment at all locations in the region during the initial phase in period. The requirement will include the preventative maintenance (PM) of equipment at all facilities throughout the region. The requirement will also include an indefinite quantity (IQ) portion from which major repair task orders for work beyond the scope of PM services for equipment can be issued. All work shall be performed in accordance with the performance work statement and request for proposal that will be provided at time of solicitation issuance. The awarded contract will consist of a 12 month base period with four 12 month option periods. Total contract period, to include options, shall not exceed 60 months. The applicable North American Industry Classification System (NAICS) code is 561210. The Small Business size standard is $35.5 million. There will be scheduled site visits for this project. The time and date for the site visits will be stated in the RFP. The RFP will be issued in electronic format only and is scheduled to be available on or around August 17, 2011 on Federal Business Opportunities (www.fbo.gov). Please be advised the August date for solicitation posting is estimated and the actual posting date may be delayed. Please address any questions to Matthew Korn, Contract Specialist, via email at matthew.korn@dhs.gov. Telephone inquires will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/FPSB/HSBP1011R0042/listing.html)
 
Place of Performance
Address: Numerous locations from Washington state to Minnesota, United States
 
Record
SN02514536-W 20110730/110729000107-456881b5620ac103744e5a46a6442b4e (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.