Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 28, 2014 FBO #4691
MODIFICATION

J -- OPTION - ICE MACHINE MAINTENACE

Notice Date
9/26/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
2401 DODSON AVENUE, DEL RIO, TX 78840
 
ZIP Code
78840
 
Solicitation Number
20081670
 
Response Due
9/19/2014
 
Archive Date
3/18/2015
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELLATION 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 20081670 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 2005-76. The associated North American Industrial Classification System (NAICS) code for this procurement is 335222 with a small business size standard of 1,000.00 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 2014-09-19 12:30:00.0 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: 09/29/2014 - 09/28/2015 LI 001: SERVICE CONTRACT FOR MAINTENANCE AND REPAIR OF COMMERCIAL ICE MACHINES (SCOTSMAN PRODIGY- MODEL C1030MA-32B) PREVENTIVE MAINTENANCE (18 MACHINES SERVICES BI-ANNUALLY) SEE STATEMENT OF WORK FOR DETAILS, 36, TIMES; LI 002: REPAIR SERVICE CALL, 10, CALL; LI 003: TECHNICIAN HOURLY COST FOR REPAIRS, 36, HOUR; LI 004: MILEAGE COST- IF APPLICABLE, 10, MILE; Option 1 Period of Performance: 09/29/2015 - 09/28/2016 LI 001: SERVICE CONTRACT FOR MAINTENANCE AND REPAIR OF COMMERCIAL ICE MACHINES (SCOTSMAN PRODIGY- MODEL C1030MA-32B) PREVENTIVE MAINTENANCE (18 MACHINES SERVICES BI-ANNUALLY) SEE STATEMENT OF WORK FOR DETAILS, 36, TIMES; LI 002: REPAIR SERVICE CALL, 10, CALL; LI 003: TECHNICIAN HOURLY COST FOR REPAIRS, 36, HOUR; LI 004: MILEAGE COST- IF APPLICABLE, 10, MILE; Option 2 Period of Performance: 09/29/2016 - 09/28/2017 LI 001: SERVICE CONTRACT FOR MAINTENANCE AND REPAIR OF COMMERCIAL ICE MACHINES (SCOTSMAN PRODIGY- MODEL C1030MA-32B) PREVENTIVE MAINTENANCE (18 MACHINES SERVICES BI-ANNUALLY) SEE STATEMENT OF WORK FOR DETAILS, 36, TIMES; LI 002: REPAIR SERVICE CALL, 10, CALL; LI 003: TECHNICIAN HOURLY COST FOR REPAIRS, 36, HOUR; LI 004: MILEAGE COST- IF APPLICABLE, 10, MILE; Option 3 Period of Performance: 09/29/2017 - 09/28/2018 LI 001: SERVICE CONTRACT FOR MAINTENANCE AND REPAIR OF COMMERCIAL ICE MACHINES (SCOTSMAN PRODIGY- MODEL C1030MA-32B) PREVENTIVE MAINTENANCE (18 MACHINES SERVICES BI-ANNUALLY) SEE STATEMENT OF WORK FOR DETAILS, 36, TIMES; LI 002: REPAIR SERVICE CALL, 10, CALL; LI 003: TECHNICIAN HOURLY COST FOR REPAIRS, 36, HOUR; LI 004: MILEAGE COST- IF APPLICABLE, 10, MILE; Option 4 Period of Performance: 09/29/2018 - 09/28/2019 LI 001: SERVICE CONTRACT FOR MAINTENANCE AND REPAIR OF COMMERCIAL ICE MACHINES (SCOTSMAN PRODIGY- MODEL C1030MA-32B) PREVENTIVE MAINTENANCE (18 MACHINES SERVICES BI-ANNUALLY) SEE STATEMENT OF WORK FOR DETAILS, 36, TIMES; LI 002: REPAIR SERVICE CALL, 10, CALL; LI 003: TECHNICIAN HOURLY COST FOR REPAIRS, 36, HOUR; LI 004: MILEAGE COST- IF APPLICABLE, 10, MILE; 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 TO EXTEND SERVICES OPTION TO EXTEND THE TERM OF THE CONTRACT CHANGES- FIXED PRICE TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) DEFAULT (FIXED PRICE SUPPLY AND SERVICE) THIS IS A FIRM FIXED PRICE ORDER. The Specifications, Statement of Work, or Statement of Objectives which describe the work to be performed hereunder, although attached, is incorporated and made a part of this document with the same force and effect of "specifications" as described in the clause, Order of Precedence, FAR 52.215-8 incorporated herein by reference. The period of performance of this contract shall be from September 29,2014 through September 28, 2015 plus four (4) one-year options. The term of this contract is from September 29, 2014 through September 28, 2015. The contract term shall be for a period of one year from the date of award, subject to the Government's option to extend the term of the contract in accordance with the clause entitled, "Option to Extend the Term of the Contract" FAR 52.217-9 contained herein. The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract. In the event the Contractor effects any changes at the direction of any person other than the Contracting Officer, the changes will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. The Contracting Officer shall be the only individual authorized to accept nonconforming work, waive any requirement of the contract, or to modify any term or condition of the contract. The Contracting Officer is the only individual who can legally obligate Government funds. No cost chargeable to the proposed contract can be incurred before receipt of a fully executed contract or specific authorization from the Contracting Officer. Under no circumstances shall the Contractor, or anyone acting on behalf of the Contractor, refer to the supplies, services, or equipment furnished pursuant to the provisions of this contract in any news release or commercial advertising without first obtaining explicit written consent to do so from the Contracting Officer. The Contractor agrees not to refer to awards in commercial advertising in such a manner as to state or imply that the product or service provided is endorsed or preferred by the Federal Government or is considered by the Government to be superior to other products or services. Any services to be performed under this contract shall be ordered by issuance of task orders. Such task orders may be issued at any time during the period of performance of this contract provided that any task order issued shall be completed within the period specified in the order. Ordering of services under this contract shall be accomplished as follows: 1)The Contracting Officer (CO) will forward a task order request to the Contractor which will describe technical requirements for deliverable products, performance standards, acceptable criteria, performance schedules, etc. in sufficient detail to permit accurate estimation of cost, work, hours, etc. Where possible, requirements will be described using a Statement of Objectives and the contractor 's submission will be required to employ performance-based Statements of Work, performance metrics, and quality assurance plans. 2)Within ten (10) working days after receipt of the task order request, unless a different period is specified, the Contractor will submit a written proposal responding to the Government's requirement. The contractor's proposal shall contain, as a minimum, the following: a)Task Requirements. A narrative description of the Contractor's understanding of the functions required to satisfy the requirements. The Contractor's proposal shall also state the purpose of the task order to ensure the Contractor's understanding of the requirement. b)Proposal Solution. A narrative description of the Contractor's proposed solution -- plans for performance, technical approach, and any problems envisioned. c)Assumptions. The proposal shall identify any assumptions on the Contractor's part used in developing the proposal and costs. d)Milestones and Deliverables. Definition of milestones, deliverables, and schedule for them. Include a statement of the Contractor's understanding of acceptance criteria. e)Work Breakdown Structure (WBS). A detailed WBS, with labor hours by skill category that will be applied to each milestone and deliverable, and the price applicable to each milestone or deliverable. f)Staffing Schedule. A staffing schedule by individual Contractor skill level employee. g)Resumes of personnel. If required. Resumes need not be provided unless personnel are proposed whose resumes have not been previously furnished to the Government. 3)After the Contracting Officer's Technical Representative (COTR) has completed an evaluation of the Contractor's proposal, the CO may conduct discussions with the Contractor to resolve any outstanding issues. Following any required discussions with the Contractor, the CO will issue a written task order incorporating the Contractor's technical and cost proposal as accepted. All task orders issued under this contract shall conform to the provisions of the contract clauses FAR 52.216-18 "Ordering," and FAR 52.216-9, ?Order Limitation,? contained in the contract. 4)The only office(s) authorized to issue delivery orders under this contract are: U.S. Customs and Border Protection Office of Finance Procurement Directorate Del Rio Sector 5)Oral orders under this contract are not authorized. The following procedures are established for the ordering of all as-needed line items (time and material or labor-hour) as identified in the Schedule. The Contracting Officer's Technical Representative (COTR) shall prepare a request for services. The Contracting Officer (CO) will then request a written quotation from the Contractor as to the number of hours and/or amount of materials required to accomplish the work. The CO will evaluate the proposal to determine the reasonableness of the Contractor's quotation. The CO shall then provide the Contractor with a written authorization (or oral authorization that must be confirmed in writing) identifying, at a minimum, the following: the contract number; a description of the work to be performed; an estimate of the number of hours and/or material(s) required to perform the work; and the period of performance. The Contractor shall be paid for documented actual hours worked and/or material(s) or the amount authorized in the written authorization, whichever is less, upon submission of billing documents pursuant to FAR 52.232-7 Payments Under Time-And-Material and Labor-Hour Contracts. If the Contractor determines that additional hours and/or material(s) are required in excess of those authorized in writing, the Contractor shall notify the contracting Officer and obtain written approval prior to working those additional hours. A.General Any information made available to the Contractor by the Government shall be used only for the purpose of carrying out the provisions of this contract and shall not be divulged or made known in any manner to any persons exceptas may be necessaryinthe performance of the contract. B.Technical Data Rights The Contractor shall not use, disclose, reproduce, or otherwise divulge or transfuse to any persons any technical information or data licensed for use by the Government that bears any type of restrictive or proprietary legend except as may be necessary in the performance of the contract. Refer to the Rights in Data clause for additional information. C.Privacy Act In performance of this contract the Contractor assumes the responsibility for protection of the confidentiality of all Government records and/or protected data provided for performance under the contract and shall ensure that (a) all work performed by any subcontractor is subject to the disclosure restrictions set forth above and (b) all subcontract work be performed under the supervision of the Contractor or their employees HOLIDAYS AND ADMINISTRATIVE LEAVE (MAR 2003) U.S. Customs and Border Protection (CBP) personnel observe the following days as holidays: New Year's DayLabor Day Martin Luther King's BirthdayColumbus Day Presidents' DayVeterans Day Memorial DayThanksgiving Day Independence DayChristmas Day Any other day designated by Federal statute, by Executive Order or by the President's proclamation. When any such day falls on a Saturday, the preceding Friday is observed. When any such day falls on a Sunday, the following Monday is observed. Observance of such days by Government personnel shall not be cause for an extension to the delivery schedule or period of performance or adjustment to the price, except as set forth in the contract. Except for designated around-the-clock or emergency operations, contractor personnel will not be able to perform on site under this contract with CBP on holidays set forth above. The contractor will not charge any holiday as a direct charge to the contract. In the event Contractor personnel work during a holiday other than those above, no form of holiday or other premium compensation will be reimbursed as either a direct or indirect cost. However, this does not preclude reimbursement for authorized overtime work. In the event CBP grants administrative leave to its Government employees, at the site, on-site contractor personnel shall also be dismissed if the site is being closed. However, the Contractor shall continue to provide sufficient personnel to perform around-the-clock requirements of critical efforts already in progress or scheduled and shall be guided by the instructions issued by the Contracting Officer or her/his duly appointed representative. In each instance when the site is closed to Contractor personnel as a result of inclement weather, potentially hazardous conditions, explosions, or other special circumstances; the Contractor will direct its staff as necessary to take actions such as reporting to its own site(s) or taking appropriate leave consistent with its policies. The cost of salaries and wages to the Contractor for the period of any such site closure are a reimbursable item of direct cost under the contract for employees whose regular time is normally a direct charge if they continue to perform contract work; otherwise, costs incurred because of site closure are reimbursable as indirect cost in accordance with the Contractor's established accounting policy.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/20081670/listing.html)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN03533836-W 20140928/140927062232-330146f012603043cd7764cda049504c (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.