Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 06, 2014 FBO #4730
SOLICITATION NOTICE

W -- Uniform Services - Attachment 4 Wage Determinations - Attachment 2 Clauses - Attachment 1 Statement of Work - Attachment 3 Pricing Schedule

Notice Date
11/4/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-CR, 801 I STREET, NW, Suite 910, Washington, District of Columbia, 20536, United States
 
ZIP Code
20536
 
Solicitation Number
HSCEDM-15-Q-00001
 
Archive Date
11/21/2014
 
Point of Contact
Delonte McKinney, Phone: 2027322408, William J Quigley, Phone: 2027322120
 
E-Mail Address
Delonte.McKinney@ice.dhs.gov, william.quigley1@dhs.gov
(Delonte.McKinney@ice.dhs.gov, william.quigley1@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Pricing Schedule Statement of Work Clauses Wage Determinations (i) 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 separate written solicitation will not be issued. Solicitation HSCEDM-15-Q-00001 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-74 effective November 1, 2014. The Government contemplates award of a single Firm-Fixed Price contract. There are No Set-Aside Restrictions for this procurement. The North American Industry Classification System (NAICS) code is 812332, Industrial Launderers and the small business size standard $38.5 Million. (ii) Immigrations and Customs Enforcement (ICE) is seeking sources for Uniform Services in accordance with Statement of Work (see attached). The contract is going to be a base plus four option years. All pricing shall be FOB destination and should include all charges associated with providing the services outlined in the SOW. (iii) The provision at 52.212-1, Evaluation-Commercial Items and 52.212-2, Evaluation -- Commercial Items, 52.212-4 Contract Terms and Conditions--Commercial Items applies. (iv) 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items to include clauses 52.203-6,Restrictions on Subcontrator Sales to the Government, with Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity Veterans; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management. (v) 52.252-2, Clauses Incorporated by Reference to include, clauses 52.203-12, Limitation on Payments to Influence Certain Federal Transactions; 52.204-7, System for Award Management; 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.222-41, Service Contract Labor Standards May 2014; 52.232-17, Interest; 52.242-13, Bankruptcy; 52.247-34, F.O.B. Destination; 52.217-8, Option to Extend Services. 52.217-9, Option to Extend Term of Contract, 52.237-3 -- Continuity of Services. (vi) 52.204-9, Personal Identity Verification of Contractor Personnel, effective Jan 2011, the Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201. 52.204-8, Annual Representations and Certifications, effective May, 2014. The Federal Acquisition Regulation (FAR) requires the use of the System for Award Management (SAM) in Federal solicitations as part of the proposal submission process. (52.204-7) All prospective contractors submitting an offer acknowledge the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (vii) The successful contractor will be selected using the lowest price technically acceptable method. Note: POTENTIAL VENDORS ARE SUBJECT TO SUCCESSFUL SITE INSPECTION PRIOR TO AWARD. Evaluation Criteria and Process: Offerors shall prepare quotes based on the specified criteria in terms of content and organization in order to assist ICE in determining the relative merit of quotes in relation to the requirements in the statement of work. Quotes shall be evaluated based upon factors and criteria set forth herein. The following factors will be used to evaluate offers: 1. Technical: GO/NO GO. Either the quotation meets the requirements of the SOW and Factor 1 and provides all required information (GO) or it does not (NO GO). Factor 1: Technical Capabilities • Demonstrates the capability to provide the uniforms • Demonstrates the capability to provide the quantity of uniforms needed to meet the requirement • Demonstrate the capability to Repair/Alter uniforms as stated in the Statement of Work • Demonstrate the capability to meet the delivery schedule as stated in the Statement of Work 2. Price The Lowest Price Technically Acceptable method of selection will be used by the government for this procurement. Offerors will get a GO/NO GO rating on Factor 1. The Price submitted will be evaluated for those vendors that get a GO on Factor 1. The Price Evaluation section will be evaluated based on the lowest price to the government. Note: FAILURE TO PROVIDE RELEVANT INFORMATION THAT ALLOWS THE GOVERNMENT TO AFFIRMATIVELY DETERMINE THAT THE VENDOR MEETS OR EXCEEDS THE TECHNICALLY ACCEPTABLE CRITERIA IDENTIFIED ABOVE MAY RESULT IN A DETERMINATION OF NON-ACCEPTABILITY. (viii) Offers must be valid for a minimum of 30 days. Electronic quotes will be accepted at Delonte.McKinney@ice.dhs.gov. All prospective offerors interested in submitting a quote must include company name, mailing address, point of contact, phone number, e-mail address, and business status. (ix) Quotes are due no later than 06 November 2014, at 12:00 pm EST. Attachments: 1) Statement of Work 2) Clauses 3) Pricing Schedule 4) DOL Wage Determination for Los Fresnos, TX
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-CR/HSCEDM-15-Q-00001/listing.html)
 
Place of Performance
Address: 27991 Buena Vista Blvd., Los Fresnos, Texas, 78566, United States
Zip Code: 78566
 
Record
SN03566054-W 20141106/141104234900-ccae2e1631792e901337a19f8908c1f0 (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.