Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 15, 2015 FBO #4800
MODIFICATION

R -- OPTION - General Maintenance Worker

Notice Date
1/13/2015
 
Notice Type
Modification/Amendment
 
Contracting Office
1300 Pennsylvania Ave., NW NP Suite 901, Washington, DC 20229
 
ZIP Code
20229
 
Solicitation Number
PR0020082058
 
Response Due
3/2/2015
 
Archive Date
8/29/2015
 
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
AMENDMENT 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 PR0020082058 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 2005-79. The associated North American Industrial Classification System (NAICS) code for this procurement is 561210 with a small business size standard of $38.50M.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 2015-03-02 15:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Jacksonville, FL 32212 The DHS Customs and Border Protection (CBP) requires the following items, Meet or Exceed, to the following: Base Period of Performance: 06/15/2015 - 06/14/2016 LI 001: General Maintenance Worker Base Year: June 15, 2015 through June 14, 2016, 12, MONTHS; Option 1 Period of Performance: 06/15/2016 - 06/14/2017 LI 001: General Maintenance Worker Option Year 1: June 15, 2016 through June 14, 2017, 12, MONTHS; Option 2 Period of Performance: 06/15/2017 - 06/14/2018 LI 001: General Maintenance Worker Option Year 2: June 15, 2017 through June 14, 2018, 12, MONTHS; Option 3 Period of Performance: 06/15/2018 - 06/14/2019 LI 001: General Maintenance Worker Option Year 3: June 15, 2018 through June 14, 2019, 12, MONTHS; Option 4 Period of Performance: 06/15/2019 - 06/14/2020 LI 001: General Maintenance Worker Option Year 3: June 15, 2019 through June 14, 2020, 12, MONTHS; 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. 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. 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 no later than February 24, 2015. 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 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. A site visit is required. This requirement is added so that prospective vendors can tour the offices and ensure they know what the specifications and requirements are. A site visit will be scheduled for Thursday, February 19, 2015 at 10 am EST. In order to RSVP sellers must notify FedBid that they will be attending AND must send an email to RHONDA.L.SNEDEKER@cbp.dhs.gov with the attendee?s name, company name and address and social security number, which will allow the prospective bidders to obtain base access to participate in the site visit. Vendors must contact the Jacksonville Branch at via email by 3 pm on Thursday, February 12, 2015 to be added to the site visit list and receive clearance for their entry onto the Government installation. Any seller that does not submit this information on time may not be cleared in time for the site visit. The General Maintenance Worker will require a background investigation due to the position's full access to vital portions of the hangar and office areas. Please see the attached Statement of Work (SOW) for full details. Service Contract Act 52.222-41 Service Contract Act of 1965, As amended (May 2014) is hereby applicable to this solicitation. Also - see attachment WDOL for detailed information regarding specific minimum WAGE DETERMINATIONS for this procurement. Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. Option to Extend the Term of the Contract (Mar 2000) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension In order for a seller to be considered responsive, three (3) past performance questionnaires must be completed and submitted by previous customers (preferably government personnel) directly to the Contract Specialist via email at toni.r.langhorne@cbp.dhs.gov by the closing date and time of this solicitation. If the questionnaires cannot be emailed, please contact Client Services at 1-877-9FEDBID 24 hours prior to the closing time of this buy. Failure to submit this information per the instructions above will result in a non-responsive bid. If your company does not have past performance please provide that information via email to the contract specialist at toni.r.langhorne@cbp.dhs.gov 52.222-43 Fair Labor Standards Act and Service Contract Act Price Adjustments - See attachment for full details FAR 52.222-17 Nondisplacement of Qualified Workers. - Contractors must comply with FAR 52.222-17 Nondisplacement of Qualified Workers - See attachment for full details Sustainability Clauses - FAR 52.223-1 FAR 52.223-2 FAR 52.223-3 FAR 52.223-4 FAR 52.223-5 FAR 52.223-9 FAR 52.223-10 FAR 52.223-11 FAR 52.223-1 FAR 52.222-55 Minimum Wages Under Executive Order 13658 - See attachment for full details FAR 52.222-41 Service Contract Labor Standards - See attachment for details
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/PR0020082058/listing.html)
 
Place of Performance
Address: Jacksonville, FL 32212
Zip Code: 32212
 
Record
SN03615598-W 20150115/150113235355-0900ead56bdd9befd6f6a8b9493ff556 (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.