Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2014 FBO #4465
SOLICITATION NOTICE

S -- OPTION - DEL RIO SECTOR PEST CONTROL

Notice Date
2/12/2014
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
2401 DODSON AVENUE, DEL RIO, TX 78840
 
ZIP Code
78840
 
Solicitation Number
20075996
 
Response Due
2/24/2014
 
Archive Date
8/23/2014
 
Point of Contact
Name: Rosie Zaragoza-Santos, Title: CONTRACT SPECIALIST, Phone: 8307787077, Fax: 8307787148
 
E-Mail Address
rosie.zaragoza@dhs.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
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 20075996 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 2005-72. The associated North American Industrial Classification System (NAICS) code for this procurement is 561710 with a small business size standard of $7.00M.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 2014-02-24 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Statement of Work. The DHS Customs and Border Protection (CBP) requires the following items, Meet or Exceed, to the following: Base Period of Performance: 04/01/2014 - 03/31/2015 LI 001: EAGLE PASS NORTH STATION BASE YEAR SEE STATEMENT OF WORK FOR DETAILS **The whole compound at each site must be done on the same day., 4, QUARTERS; LI 002: EAGLE PASS SOUTH STATION BASE YEAR SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 003: ROCKSPRING STATION BASE YEAR SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 004: BRACKETTVILLE STATION BASE YEAR SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 005: COMSTOCK STATION BASE YEAR SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 006: COMSTOCK CHECKPOINT BASE YEAR SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 007: EAGLE PASS CHECKPOINT BASE YEAR SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 008: UVALDE STATION BASE YEAR SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 009: UVALDE CHECKPOINT BASE YEAR SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 010: CARRIZO SPRING STATION BASE YEAR SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 011: CARRIZO SPRING CHECKPOINT BASE YEAR SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 012: DEL RIO STATION BASE YEAR SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 013: DEL RIO CHECKPOINT BASE YEAR SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 014: SAN ANGELO STATION BASE YEAR SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 015: DEL RIO SECTOR BASE YEAR SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 016: DEL RIO FIRING RANGE BASE YEAR SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; Option 1 Period of Performance: 04/01/2015 - 03/31/2016 LI 001: EAGLE PASS NORTH STATION OPTION YEAR I SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 002: EAGLE PASS SOUTH STATION OPTION YEAR I SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 003: ROCKSPRING STATION OPTION YEAR I SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 004: BRACKETTVILLE STATION OPTION YEAR I SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 005: COMSTOCK STATION OPTION YEAR I SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 006: COMSTOCK CHECKPOINT OPTION YEAR I SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 007: EAGLE PASS CHECKPOINT OPTION YEAR I SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 008: UVALDE STATION OPTION YEAR I SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 009: UVALDE CHECKPOINT OPTION YEAR I SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 010: CARRIZO SPRING STATION OPTION YEAR I SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 011: CARRIZO SPRING CHECKPOINT OPTION YEAR I SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 012: DEL RIO STATION OPTION YEAR I SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 013: DEL RIO CHECKPOINT OPTION YEAR I SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 014: SAN ANGELO STATION OPTION YEAR I SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 015: DEL RIO SECTOR OPTION YEAR I SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 016: DEL RIO FIRING RANGE OPTION YEAR I SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; Option 2 Period of Performance: 04/01/2016 - 03/31/2017 LI 001: EAGLE PASS NORTH STATION OPTION YEAR II SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 002: EAGLE PASS SOUTH STATION OPTION YEAR II SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 003: ROCKSPRING STATION OPTION YEAR II SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 004: BRACKETTVILLE STATION OPTION YEAR II SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 005: COMSTOCK STATION OPTION YEAR II SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 006: COMSTOCK CHECKPOINT OPTION YEAR II SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 007: EAGLE PASS CHECKPOINT OPTION YEAR II SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 008: UVALDE STATION OPTION YEAR II SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 009: UVALDE CHECKPOINT OPTION YEAR II SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 010: CARRIZO SPRING STATION OPTION YEAR II SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 011: CARRIZO SPRING CHECKPOINT OPTION YEAR II SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 012: DEL RIO STATION OPTION YEAR II SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 013: DEL RIO CHECKPOINT OPTION YEAR II SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 014: SAN ANGELO STATION OPTION YEAR II SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 015: DEL RIO SECTOR OPTION YEAR II SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 016: DEL RIO FIRING RANGE OPTION YEAR II SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; Option 3 Period of Performance: 04/01/2017 - 03/31/2018 LI 001: EAGLE PASS NORTH STATION OPTION YEAR III SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 002: EAGLE PASS SOUTH STATION OPTION YEAR III SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 003: ROCKSPRING STATION OPTION YEAR III SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 004: BRACKETTVILLE STATION OPTION YEAR III SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 005: COMSTOCK STATION OPTION YEAR III SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 006: COMSTOCK CHECKPOINT OPTION YEAR III SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 007: EAGLE PASS CHECKPOINT OPTION YEAR III SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 008: UVALDE STATION OPTION YEAR III SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 009: UVALDE CHECKPOINT OPTION YEAR III SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 010: CARRIZO SPRING STATION OPTION YEAR III SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 011: CARRIZO SPRING CHECKPOINT OPTION YEAR III SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 012: DEL RIO STATION OPTION YEAR III SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 013: DEL RIO CHECKPOINT OPTION YEAR III SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 014: SAN ANGELO STATION OPTION YEAR III SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 015: DEL RIO SECTOR OPTION YEAR III SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 016: DEL RIO FIRING RANGE OPTION YEAR III SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; Option 4 Period of Performance: 04/01/2018 - 03/31/2019 LI 001: EAGLE PASS NORTH STATION OPTION YEAR OPTION YEAR IV SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 002: EAGLE PASS SOUTH STATION OPTION YEAR IV SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 003: ROCKSPRING STATION OPTION YEAR IV SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 004: BRACKETTVILLE STATION OPTION YEAR IV SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 005: COMSTOCK STATION OPTION YEAR IV SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 006: COMSTOCK CHECKPOINT OPTION YEAR IV SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 007: EAGLE PASS CHECKPOINT OPTION YEAR IV SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 008: UVALDE STATION OPTION YEAR IV SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 009: UVALDE CHECKPOINT OPTION YEAR IV SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 010: CARRIZO SPRING STATION OPTION YEAR IV SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 011: CARRIZO SPRING CHECKPOINT OPTION YEAR IV SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 012: DEL RIO STATION OPTION YEAR IV SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 013: DEL RIO CHECKPOINT OPTION YEAR IV SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 014: SAN ANGELO STATION OPTION YEAR IV SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 015: DEL RIO SECTOR OPTION YEAR IV SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; LI 016: DEL RIO FIRING RANGE OPTION YEAR IV SEE STATEMENT OF WORK FOR DETAILS, 4, QUARTERS; 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 (CBP) 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 (CBP) 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 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. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. No partial shipments are permitted unless specifically authorized at the time of award. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. Unless otherwise noted. 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. 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). 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 Exact Match Only Commodity Buys- NO SUBSTITUTIONS, EXACT MATCH ONLY. The vendor may not substitute any item/service listed on this order without prior written approval from the DHS/CBP Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturer, quantity, delivery dates, or any other specifications of this RFQ. Items/services that do not conform to descriptions and part numbers found in this RFQ will be rejected at the time of delivery causing a return at the vendor's expense. For Exact Match Services Buys Only- In order for a sellers bid to be 'responsive' and considered for award, the seller is REQUIRED to document exactly how they intend to meet the requirements of the SOW. They shall document statement detailing the service for evaluation. 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. 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. OPTION FOR INCREASED QTY OPTION TO EXTEND SERVICES OPTION TO EXTEND THE TERM OF THE CONTRACT NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE CONVICT LABOR SERVICE CONTRACT ACT COMBATING TRAFFICKING IN PERSONS DRUG FREE WORKPLACE AVAILABILITY OF FUNDS AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR SUSPENSION OF WORK
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/20075996/listing.html)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN03287643-W 20140214/140212234650-ab1557ac545aaa0a6b0f68ab90929465 (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.