Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 31, 2013 FBO #4206
SOLICITATION NOTICE

Z -- Building, Operations, Maintenance and Repairs - QASP - Request For Proposal (RFP) - DLO Rate Codes - SCA and DBA - Performance Requirements Summary (PRS) - Schedule B Pricing - Schedule of Values (SOV) - Performance Work Statement (PWS)

Notice Date
5/29/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
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
HSBP1013R0022
 
Archive Date
7/13/2013
 
Point of Contact
April L. Jennings, Phone: 202-344-1273, Jessica Palmieri, Phone: 202-344-3775
 
E-Mail Address
april.jennings@dhs.gov, jessica.palmieri@dhs.gov
(april.jennings@dhs.gov, jessica.palmieri@dhs.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Performance Work Statement (PWS) BOMR Schedule of Values (SOV) Schedule B - Pricing PRS DOL Rate Codes for the Seattle Region - SCA and DBA Solicitation and Clauses QASP Synopsis/Solicitation Notice Building, Operations, Maintenance and Repairs (BOMR) Seattle Region SOLICITATION HSBP1013R0022 Synopsis Description Section: The Department of Homeland Security (DHS), U.S. Customs and Border Protection (CBP), Office of Administration (OA), Facilities Management and Engineering (FM&E) Directorate, Field Operations Facilities Program Management Office (FOF PMO) is anticipating to make an award for Facilities Management Services (Building Operations, Maintenance & Repair (BOMR)) for CBP Owned land ports of entry. CBP is issuing a Request for Proposal (RFP) for a 100% set-aside to SDVOB concerns for the acquisition of Building, Operations, Maintenance and Repair Services to be performed at the Seattle Region Locations. All responsible SDVOB concerns may submit a proposal to be considered by the agency. Responses to the Request for Proposal (RFP) will be evaluated using evaluation factors with performance being significantly more important than price. The Government intends to issue an award to a single SDVOB concern under a performance-based Hybrid Contract - a Firm-Fixed-Price (FFP) with IDIQ CLINS type contract. The expected award shall consist of one (1) base period of performance, plus four (4) option periods of performance (each one year in duration running consecutively, if exercised, from the expiration of the base period of performance). There is no guarantee that any option periods of performance may be exercised. The contractor shall perform Building, Operations, Maintenance, and Repair Services at the Seattle Region Locations, which the standards specified within the Performance Work Statement (PWS). The contractor is encouraged and expected to use innovative approaches to effectively and efficiently accomplish the requirements of the PWS in a timely manner and in a way that fosters pride and ownership in the work performed. The contractor will provide all qualified personnel, equipment, tools, materials, supervision, and other items necessary to perform contracted services, unless specified as being provided by the Government. The contractor shall comply with all federal, state, local, Department of Homeland Security and Customs and Border Protection regulations, standards, instructions, and commercial practices as set forth in the PWS for said services. The NAICS code for this requirement is 561210. The corresponding Small Business Size Standard Employees is 500. The closing date and time for submission of offers shall be contained in the solicitation package. The entire solicitation package, including the Standard Form 1449 and continuation pages, the Schedule B, PWS, PRS, QASP, the Department of Labor (DOL) Wage Determination and the Past Performance Questionnaire and the Schedule of Values for Seattle Region is attached for your review. All firms wishing to submit a proposal subsequent to the solicitation described herein MUST be registered in the System for Award Management (SAM) database, or risk their otherwise timely proposal being considered non-responsive regardless of its completeness, timeliness or other salient considerations. Information on SAM registration can be obtained at the web site, http://www.sam.gov. A response to this announcement is required. The Government will not pay for any information submitted in response to this announcement. The solicitation subsequent to this announcement may be cancelled. After solicitation and prior to award, the possibility exists to reject all offers when cancellation is clearly in the public interest. This announcement does not obligate the Government to pay for any bid/proposal preparation costs. A site visit is required before submitting your proposal. Please send names of individuals who may attend as representatives of your company on the site visits. The site visits will be scheduled seven (7) days after solicitation is released to give you an opportunity to review the solicitation for your proposals submission. A CD has been prepared for those who are interested in proposing and request a copy from the Contracting Officer. Seattle Region Locations: 1. Antler 11. Morgan 21. Scobey 2. Boundary 12. Neche 22. Sherwood 3. Carbury 13. Nighthawk 23. Sweetgrass 4. Del Bonita 14. Noonan 24. Walhalla 5. Fortuna 15. Northgate 25. Westhope 6. Frontier 16. Opheim 26. Whitetail 7. Hannah 17. Pembina 27. Whitlash 8. Hansboro 18. Pinecreek 28. Wild Horse 9. Lancaster 19. Roseau 29. Willow Creek 10. Maida 20. Sarles All proposals must be in by closing date and time: June 28, 2013, 1:00pm EST Contracting Officer Review Date: 29 May 2013 I have reviewed this synopsis description and find it acceptable for posting for Federal Government procurement opportunities. April Jennings, Contracting Officer april.jennings@dhs.gov 202-344-1273
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/HSBP1013R0022/listing.html)
 
Place of Performance
Address: Seattle Region Locations listed above., United States
 
Record
SN03073728-W 20130531/130529234741-b401cdee4966ba7b0e3bb2cf7e67b45e (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.