Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2014 FBO #4654
MODIFICATION

S -- Calais BPS, ME Grounds Svcs - Amendment 1

Notice Date
8/20/2014
 
Notice Type
Modification/Amendment
 
NAICS
561730 — Landscaping 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
20080839_Watkins
 
Archive Date
9/6/2014
 
Point of Contact
Mistelle Watkins, Phone: 317-381-5403, Nathan P. Briggs,
 
E-Mail Address
mistelle.watkins@cbp.dhs.gov, Nathan.Briggs@dhs.gov
(mistelle.watkins@cbp.dhs.gov, Nathan.Briggs@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Amended Solicitation SF1449-Amended 01 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76, effective 25 Jul 2014. This requirement is being procured as a total Small Business set-aside under NAICS code 561730. If you are interested in this acquisition, you may participate by submitting your response in accordance with the instructions included herein. The RFP due date is no later than August 22, 2014 at 12:00pm Noon Eastern Time. Submission shall be via email to the contract specialist listed in proposal submission section below. It is the offeror's responsibility to read the RFP and all related documents carefully and completely, to ensure the Government receives their submission on or before the date/time specified. Offerors are required to submit a technical proposal, past performance information and a price proposal to Government officials for the purposes of assuring the prospective contractor has a complete understanding of the scope of this effort and has the capability to complete all statement of work (SOW) requirements. The contract will be awarded to the lowest price technically acceptable proposal. If you have questions regarding this requirement, please submit your inquiries via email to mistelle.watkins@dhs.gov no later than August 18, 2014. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective offerors. FOB-Destination: Calais BPS, 67 Park Road, Baring, ME 04694 PERIOD OF PERFORMANCE The period of performance for this effort comprises one base year of 9 calendar months from the date of award and four 12 month option year periods. Continuation of the agreement each year will be dependent on the availability of funds. SITE VISIT REQUIREMENTS A site visit and walk through is suggested before the submission of proposals. This site visit is limited to key personnel from each organization that will be performing the work on this requirement. Notification of attendance must be submitted in email to Chuck Rockwell at charles.a.rockwell@cbp.dhs.gov (also, cc: Mistelle Watkins via email to: mistelle.watkins@dhs.gov) no later than Thursday, August 14, 2014 at 03:00pm Eastern Time. Site visit will be held on Tuesday, August 19, 2014 at 10:00a.m. Eastern Time PROPOSAL SUBMISSION REQUIREMENTS: A. General Information: The vendor shall submit electronic copies of the proposal via email to mistelle.watkins@dhs.gov no later than (NLT) August 22, 2014 at 12:00pm Noon Eastern Time. All proposals shall include: A. Tax Identification Number (TIN) B. Dun & Bradstreet Number (DUNS) C. North American Industrial Classification System (NAICS) D. Contact Name E. Contact Email Address F. Contact Phone Number G. Contact Fax Number H. Complete Business Mailing Address Ensure that your firm is registered in System for Acquisition Management (SAM) at www.sam.gov The following information shall be included in each set of submitted proposal and labeled accordingly: B. Submission Requirements: Price Proposal - Factor 1 The offeror shall submit a firm-fixed-price proposal in accordance with the CLIN structure of the solicitation. All pricing shall be all-inclusive of SOW requirements. Base Year (9/15/2014-5/31/2015) CLIN 0010 -Grounds/Landscaping Svcs. - Calais BPS -- IAW SOW CLIN 0020 -Snow /Ice Removal - Calais BPS -- IAW SOW Option Year 1 (6/1/2015-5/31/2016) CLIN 0110 - Grounds/Landscaping Svcs. - Calais BPS -- IAW SOW CLIN 0120 - Snow /Ice Removal - Calais BPS -- IAW SOW Option Year 2 (6/1/2016-5/31/2017) CLIN 0210 - Grounds/Landscaping Svcs. - Calais BPS -- IAW SOW CLIN 0220 - Snow /Ice Removal - Calais BPS -- IAW SOW Option Year 3 (6/1/2017-5/31/2018) CLIN 0310 - Grounds/Landscaping Svcs. - Calais BPS -- IAW SOW CLIN 0320 - Snow /Ice Removal - Calais BPS -- IAW SOW Option Year 4 (6/1/2018-5/31/2019) CLIN 0410 - Grounds/Landscaping Svcs - Calais BPS -- IAW SOW CLIN 0420 - Snow /Ice Removal - Calais BPS -- IAW SOW NOTE: THE GOVERNMENT SHALL NOT COMPENSATE THE VENDOR FOR ANY PROPOSAL DEVELOPMENT COSTS RELATED TO THIS SOLICITATION. Technical Approach - Factor 2 The offeror shall provide a technical proposal that establishes the offeror's ability to meet all requirements listed within this request for proposal and corresponding attachments. The government will consider such items as background investigation, quality of materials proposed, corporate experience for similar requirements, schedule and approach to completion and teaming approach needed to meet the aggressive timeline. Past Performance - Factor 3 Each offeror shall complete and submit summaries for not more than three (3) relevant projects. Relevant projects are those that are similar to those requested in this contract. All references should be either ongoing or completed within the last three years. The relevant projects summaries shall include the following information not to exceed one (1) page for each project (total page limit not to exceed 3 pages): Project Name Date of Contract Type of Contract Dollar Value of Contract Period of Performance Description of services provided Name, email and telephone numbers for points of contact (include Program Manager, Contracting Officer and/or the Contracting Officer Representative) Describe the relevance to the current requirement being solicited; Contact information must be current. Offerors are responsible for ensuring that the telephone numbers provided for the customer's representative indicated on each Project Summary are accurate and that the representative is aware that the U.S. Customs and Border Protection Procurement Office may be contacting them regarding the offeror's past performance. Offerors must either provide the above information or affirmatively state that it possesses no relevant, directly related, or similar past performance. If no past performance references are submitted, then a rating of neutral will be assigned. ASSUMPTIONS, CONDITIONS, OR EXCEPTIONS Offerors must submit, under separate cover, all (if any) assumptions, conditions, or exceptions with any of the terms and conditions of the SOW. If not noted in this section of your quotation, it will be assumed that the offeror proposes no assumptions for award, and agrees to comply with all of the terms and conditions as set forth herein. It is not the responsibility of the Government to seek out and identify assumptions, conditions, or exceptions buried within the Offeror's quote. BASIS FOR AWARD The Government will award a contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on All or None and Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. The Government intends to evaluate proposals and award without discussions with offerors. Therefore, the offerors initial proposal should contain the offerors best terms from a price and technical standpoint. However, the government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received in accordance with FAR 52.212-1. POINTS OF CONTACT Contracting POCs Mistelle Watkins Border Enforcement Contracting Division Contract Specialist 317-381-5403 (v) 317-298-1344 (f) mistelle.watkins@dhs.gov CONTRACT MANAGEMENT Notwithstanding the Contractor's responsibility for total management during the performance of this contract, the administration of the contract will require maximum coordination between the Government and the Contractor. Communications pertaining to the contract administration will be addressed to the Contracting Officer. No changes to the statement of work are authorized without a written modification to the contract executed by the Contracting Officer. The Contractor is advised that only the Contracting Officer can change or modify the contract terms or take any other action, which obligates the Government. No changes to the statement of work, contract terms, or conditions are authorized without a written modification to the contract executed by the Contracting Officer. Contractors who rely on direction from other than the Contracting Officer do so at their own risk and expense. Such actions do not bind the Government contractually. Any contractual questions shall be directed to the contract specialist, Mistelle Watkins via email ( mistelle.watkins@dhs.gov ).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/FPSB/20080839_Watkins/listing.html)
 
Place of Performance
Address: Baring, Maine, United States
 
Record
SN03473337-W 20140822/140821000656-dd8042602e74bd3e2ee05d7faf0a745f (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.