MODIFICATION
V -- Palletized File Shipments
- Notice Date
- 9/18/2011
- Notice Type
- Modification/Amendment
- Contracting Office
- 100 Interstate Corporate Plaza, Williston, VT 05495
- ZIP Code
- 05495
- Solicitation Number
- HSSCCG-12-Q-00012
- Response Due
- 9/21/2011
- Archive Date
- 3/19/2012
- Point of Contact
- Name: Richard Chandler, Title: Contract Specialist, Phone: 8028724647, Fax: 8029516455
- E-Mail Address
-
richard.chandler@dhs.gov;
- Small Business Set-Aside
- Total Small Business
- Description
- AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued.The solicitation number is HSSCCG-12-Q-00012 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 481112 with a small business size standard of 1,500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-09-21 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The DHS Citizenship and Immigration Services requires the following items, Meet or Exceed, to the following: LI 001, Provide an ESTIMATED 31 shipments of palletized boxes of files. Each shipment containing a maximum of 24 pallets to be picked-up from the USCIS Texas Service Center, in accordance with the attached Statement of Work (SOW), located at: 4141 N. St. Augustine RoadDallas, TX 75356 Point of contact: Jon Walter 214-962-2610 With delivery, within 7 calendar days from the date of pick-up, to National Records Center (NRC) located at: 150 Space Center LoopLee's Summit, MO 64064 The contractor will invoice ONLY for shipments actually picked-up and delivered. Period of performance is October 1, 2011 - September 30, 2012., 31, SX; LI 002, Provide an ESTIMATED 12 shipments of palletized boxes of files. Each shipment containing a maximum of 24 pallets to be picked-up from the USCIS Texas Service Center, in accordance with the attached Statement of Work (SOW), located at: 4141 N. St. Augustine RoadDallas, TX 75356 Point of contact: Jon Walter 214-962-2610 With delivery, within 7 calendar days from the date of pick-up, to Remote File Maintenance Facility (HBG)located at: 790 Pleasants DriveHarrisonburg, VA 22801 The contractor will invoice ONLY for shipments actually picked-up and delivered. Period of performance is October 1, 2011 - September 30, 2012., 12, SX; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Citizenship and Immigration Services intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Citizenship and Immigration Services is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 7 calendar days after pick-up. The offeror must provide within its offer the number of calendar days - not to exceed 7 - required to make delivery after it picks-up from the Lincoln, NE location. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The successful offeror MAY be required to virtually attend a Post-Award Briefing with The Government Program Office, and Contracting Officer / Contract Specialist at a date to be determined by the Contracting Officer - but no later than 7 business days following the date of award. Should the Government determine a kick-off meeting is necessary, the teleconference number will be provided to all relevant parties once the date has been determined. The purpose of the Post-Award Briefing is to: Introduce the successful offeror and The Government Program Office to each other. Review with the successful offeror exactly what The Government requirement is and ensure there are no misunderstandings regarding The Governement's expectations prior to actual start of performance. Allow the successful offeror to ask questions of The Government Program Office. In addition to providing The Government with bills of lading, the successful offeror shall also furnish the National Traffic Service with a copy of each bill of lading. Please see the Transportation Pre-payment Audit Notice (attached to solicitation) for exact details. Period of performance is October 1, 2011 - September 30, 2012. During transport of USCIS files, the contractor shall ensure that contents within the storage area of the vehicle are secure during transit. FACILITY ACCESS CONTROL The Contractor will observe all internal building security regulations that apply to any and all buildings concerning this contract. The Contractor will only enter the facility or building with continuous escort service during their work hours and they will depart the facility or building after work hours. When entering and departing the facility or building each contractor must sign in and out as required at the site. EMPLOYMENT OF ILLEGAL ALIENS Subject to existing law, regulations and other provisions of this contract, the Contractor shall not employ illegal or undocumented aliens to work on, or with this contract. The Contractor shall ensure that this provision is expressly incorporated into any and all subcontracts or subordinate agreements issued in support of this contract. The Service Contract Act of 1965 is hereby incorporated into this procurement. In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only:It is not a Wage Determination SEE THE ATTACHED CLAUSES DOCUMENTATION FOR THE FOLLOWING: Employee Class Monetary Wage?Fringe Benefits _____________ ____________________________ _____________ ____________________________ _____________ ____________________________ _____________ ____________________________ (End of clause) Funds are not presently available for this contract. The Government?s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/BC/ACB/HSSCCG-12-Q-00012/listing.html)
- Place of Performance
- Address: Multiple shipping information.
- Zip Code: Multiple
- Zip Code: Multiple
- Record
- SN02581838-W 20110920/110918233145-faa413b8f0718b97c5ca6a7548e4281b (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 |