Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 18, 2015 FBO #4803
MODIFICATION

J -- Customs and Border Protection (CBP) Preventative Maintenance Program (PMP) for the Southern California Region - Solicitation 1

Notice Date
1/16/2015
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support 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
HSBP1015R0008
 
Response Due
2/18/2015 1:00:00 PM
 
Archive Date
7/1/2015
 
Point of Contact
Matthew A. Korn,
 
E-Mail Address
matthew.korn@dhs.gov
(matthew.korn@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
D&F for Brand Name Justification for use of IBM's Maximo Attachment 5B - Past Performance Relevant Experience Form Attachment 5A - Past Performance Contract Reference Data Sheet Attachment 4 - Wage Determinations Attachment 3 - Line Item Detail Attachment 2 - Line Item Summary Attachment 1B - Equipment List Attachment 1A - Facility List Attachment 1 - PWS RFP HSBP1015R0008 U.S. Customs and Border Protection (CBP) intends to solicit offers in response to Request for Proposal (RFP) HSBP1015R0008 for the Preventative Maintenance Program (PMP) for the Southern California Region (previously referred to as the Western Region). The region will consist of 41 fully-owned and direct lease operated facility locations/campuses throughout Southern California. This requirement is being procured as a total small business set aside. The requirement will include validation of all equipment at all locations in the region during the initial phase in period. The requirement will include the preventative maintenance (PM) of equipment at all facilities throughout the region. The requirement will also include an indefinite delivery / indefinite quantity (ID/IQ) portion from which major repair task orders for work beyond the scope of PM services for equipment can be issued. All work shall be performed in accordance with the performance work statement and request for proposal that will be provided at time of solicitation issuance. The awarded contract will consist of a 12 month base period (4 months for the initial phase-in period and 8 months for PM services) with four 12 month option periods. Total contract period, to include options, shall not exceed 60 months (excluding any extension authorized via FAR 52.217-8, Option to Extend Services). The applicable North American Industry Classification System (NAICS) code is 561210. The Small Business size standard is $35.5 million. There will be scheduled site visits for this project. Please see below and the attached RFP for further details regarding the site visits. Offerors are encouraged to participate in the site visit to satisfy themselves regarding all general and local conditions that may affect the price of contract performance, to the extent that the information is reasonably obtainable. Potential offerors planning to attend the site visit are required to submit company name, individual's name, phone number, and email address in advance for access to the facilities. One form of government issued picture identification shall be required to be shown upon arrival. Please submit the aforementioned information to Matt Korn via matthew.korn@dhs.gov no later than 10:00 AM EST, January 27, 2015. An email will be sent to each attendee with the specific time for the site visit. The date, location, and time for the site visit can be found below: Tuesday, February 3, 2015 Name: Address: City: Zip Code: Time (PST): Pine Valley BPS 32335 Old Highway 80 Pine Valley 91962 0900-1100 Hwy 94 BP Checkpoint 15430A Campo Road Jamul 91935 1130-1230 Imperial Beach BPS 1802 Saturn Boulevard Imperial Beach 92154 1400-1530 Potential offerors may submit questions in writing, regarding the performance work statement and the terms and conditions of this solicitation electronically via email, but questions must be received in the office designated below no later than February 6, 2015. Please be advised that all questions related to this solicitation shall be submitted in writing. Please be advised that the Government reserves the right to transmit questions and answers to all prospective offerors. Please address any questions to Matthew Korn, Contract Specialist, via email at matthew.korn@dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/FPSB/HSBP1015R0008/listing.html)
 
Place of Performance
Address: 41 locations throughout Southern California, California, United States
 
Record
SN03619253-W 20150118/150116234947-cd6d84c4f64757bba0c6a7ebd7ca88cd (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.