Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
MODIFICATION

S -- JANITORIAL, GROUNDS, AND FACILITYMAINTENANCE - Tucson and Sierra Vista

Notice Date
9/4/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
1300 Pennsylvania Avenue, NW, Suite 1310, Washington, DC 20229
 
ZIP Code
20229
 
Solicitation Number
20070327-01
 
Response Due
9/6/2012
 
Archive Date
3/5/2013
 
Point of Contact
Name: Michael Hall, Title: Contract Specialist, Phone: 2023443529, Fax: 2023441254
 
E-Mail Address
michael.a.hall@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, as supplemented with additional information included in this notice.The solicitation number is 20070327-01 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 FAC 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 561720 with a small business size standard of $16.50M.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 2012-09-06 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The DHS Customs and Border Protection requires the following items, Purchase Description Determined by Line Item, to the following: LI 001, JANITORIAL SERVICES - Tucson - See attached Statement of work (TAB SOW) for details (***VISIT WWW.FEDBID.COM FOR ATTACHMENTS AND PLACING A BID***) SITE VISIT REQUIRED SEE BID TERMS. Please make sure to read all bid terms and ensure your company is in compliance with them when placing a bid. Period of Performance October 1, 2012 through September 30, 2013, 1, AU; LI 002, JANITORIAL SERVICES - Sierra Vista - See attached Statement of work (SV SOW) for details (***VISIT WWW.FEDBID.COM FOR ATTACHMENTS AND PLACING A BID***) SITE VISIT REQUIRED SEE BID TERMS. Period of Performance October 1, 2012 through September 30, 2013, 1, AU; LI 003, COST REIMBURSABLE LINE ITEM FOR ALLOWABLE SUPPLIES (base year) - See attached Statement of work for details, specifically the Supplies section which explains in detail. If you are placing a bid on this solicitation you must bid $20,000.00 on Line item 003 in the FedBid Buy, 1, EA; LI 004, Option Year 1 - Tucson - Period of Performance October 1, 2013 through September 30, 2014, 1, AU; LI 005, Option Year 1 - Sierra Vista - Period of Performance October 1, 2013 through September 30, 2014, 1, AU; LI 006, COST REIMBURSABLE LINE ITEM FOR ALLOWABLE SUPPLIES (Option Year 1) - See attached Statement of work for details, specifically the Supplies section which explains in detail. If you are placing a bid on this solicitation you must bid $20,000.00 on Line item 006 in the FedBid Buy, 1, EA; LI 007, Option Year 2 - Tucson - Period of Performance October 1, 2014 through September 30, 2015, 1, AU; LI 008, Option Year 2 - Sierra Vista - Period of Performance October 1, 2014 through September 30, 2015, 1, AU; LI 009, COST REIMBURSABLE LINE ITEM FOR ALLOWABLE SUPPLIES (Option Year 2) - See attached Statement of work for details, specifically the Supplies section which explains in detail. If you are placing a bid on this solicitation you must bid $20,000.00 on Line item 009 in the FedBid Buy, 1, EA; LI 010, Option Year 3 - Tucson - Period of Performance October 1, 2015 through September 30, 2016, 1, AU; LI 011, Option Year 3 - Sierra Vista - Period of Performance October 1, 2015 through September 30, 2016, 1, AU; LI 012, COST REIMBURSABLE LINE ITEM FOR ALLOWABLE SUPPLIES Option Year 3) - See attached Statement of work for details, specifically the Supplies section which explains in detail. If you are placing a bid on this solicitation you must bid $20,000.00 on Line item 012 in the FedBid Buy, 1, EA; LI 013, Option Year 4 - Tucson - Period of Performance October 1, 2016 through September 30, 2017, 1, AU; LI 014, Option Year 4 - Sierra Vista - Period of Performance October 1, 2016 through September 30, 2017, 1, AU; LI 015, COST REIMBURSABLE LINE ITEM FOR ALLOWABLE SUPPLIES (Option Year 4)- See attached Statement of work for details, specifically the Supplies section which explains in detail. If you are placing a bid on this solicitation you must bid $20,000.00 on Line item 015 in the FedBid Buy, 1, AU; 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 Customs and Border Protection 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 Customs and Border Protection 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. Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the ?Included in another line item? function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid ?Submit a Question? feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid being determined to be 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 60 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. No partial shipments are permitted unless specifically authorized at the time of award. Performance under this contract should begin on October 1, 2012. Notification of award will be made at least 2 weeks prior to the start date. ORCA Requirement - Company must be registered on Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov/ 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/. 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 http://www.acqnet.gov/far. Please ask all questions at the site visits so answers can be provided to all interested contractors' at the site visits. However, Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). All questions must be received by COB on Wednesday August 15th so that answers can be provided before the close of the soliciation. Award Criteria-An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work or listed specs whichever is applicable to the buy. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. For all buys other than Exact Match Sellers MUST document what they are bidding for evaluation for award. Sellers must include, extended specs and/or manufacturer name and part numbers (if applicable). Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. FAR 52.211-6. All personnel that will be working on site must be cleared by having a basic background check provided the local POC. There are two mandatory site visits scheduled for this requirement. In order to be considered for award a representative from your company must attend BOTH site visits. To attend the site visits you must email the Contracting Officer at Michael.A.Hall@dhs.gov by 2:00 pm EST on Tuesday August 21st with the name of your company and the name(s) of the person(s) attending the site visits so that arrangements can be made for access to the locations. Tucson Site Visit - Wednesday August 22nd at 0900 local time (see attachments for details) Sierra Vista Site Visit - Thursday August 23rd at 0900 local time (see attachments for details). If you will have a different person at each site visit please include that information in the email to the Contracting Officer. The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 Months. 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. Funds are not presently available for performance under this contract. The Government?s obligation for performance of this contract beyond that date 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 for performance under this contract, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. See attachment for full details In order for a seller to be considered responsive please submit three (3) completed past performance questionnaires (preferrably government contracts) to the contracting officer by email at Michael.A.Hall@dhs.gov by the closing date and time of this solicitation. If you cannot email the questionnaires please contact ClientServices at 1-877-9FEDBID 24 hours prior to the closing time of this buy. Failure to submit this information per the instructions above will result in a non responsive bid. If your company does not have past performance please provide that information via email to the contracting Officer at Michael.A.Hall@dhs.gov See attachment for full details See Attachment for full details All Bidders must bid $20,000.00 on Line items 003, 006, 009, 012, 015 since these are cost reimbursable lines and cannot be reduce. These line items will be utilized for reimbursement of allowable supplies that are listed in the attached SOW. If the amount is not entered as $20,000.00 FedBid will update this after the soliciation has closed so it reflects $20,000.00 in your bid. All allowable supplies for both sites (Tucson and Sierra Vista) will be submitted together since there will only be one cost reimbursable line item.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/20070327-01/listing.html)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02866062-W 20120906/120904235740-5864dd0162c6126ee8634e36c3244210 (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.