Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2015 FBO #4872
SOLICITATION NOTICE

R -- Armored Car Services - SOW - Pricing Sheet - Past Performance Questionnaire

Notice Date
3/26/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561613 — Armored Car 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
83448
 
Archive Date
4/25/2015
 
Point of Contact
David Banks,
 
E-Mail Address
David.M.Banks@dhs.gov
(David.M.Banks@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Past Performance Questionnaire Pricing Sheet Statement of Work (SOW) (1) 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 the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (2) The solicitation number is 83448 and is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-80. The associated North American Industrial Classification System (NAICS) code for this procurement is 561613 with a small business size standard of 20.5M. (3) This procurement shall be full and open competition. All qualified, responsible sources may submit an offer that shall be considered by the agency. Offerors are advised that they are responsible for obtaining amendments. FOB destination shall be JFK Jamaica, NY. (4) The Government anticipates awarding a Firm-Fixed Price Contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer is determined the lowest priced technically acceptable. Technically acceptable can include but is not limited to price, past performance, and technical capability. (5) The Department of Homeland Security (DHS), Customs and Border Protection (CBP), Indianapolis, IN. intends to award a contract for the procurement of Armored Car Services. The Armored Car services will take place Monday through Friday at two (2) locations at JFK, NY, and one (1) delivery location in the Hyde Park, NY area. All locations with pick-up & delivery times can be found in the attached Statement of Work (SOW). The contractor shall be responsible for providing all labor, equipment, personnel, licenses, permits, supplies and supervision. Unless otherwise specified in the contract or purchase order, the contractor is responsible for the performance of all inspection requirements and Quality Control (QC). It is required that all contractors submitting a quote review the attached STATEMENT OF WORK to review all requirements and pick-up locations. All contractors submitting a quote shall be required to meet the requirements found in the STATEMENT OF WORK. Contractor shall assume full responsibility for all sealed containers, and their contents from pick-up to delivery. Proper liability insurance shall be required. Only qualified contractors who are licensed to perform the services defined herein shall be considered for award. Vendors shall submit along with pricing their technical capability to meet the requirements of the SOW as well as all certifications. Vendors shall also forward the attached past performance evaluation sheet to at least 3 companies including federal agencies they have provided the same type of service for currently or in the past. Vendors shall follow up with those companies to ensure the evaluations were completed and forwarded to the CBP point of contact listed on the form. All quotations shall include: A. Tax Identification Number (TIN) B. Dun & Bradstreet Number (DUNS) C. Contact Name D. Contact Email Address E. Contact Phone Number F. Contact Fax Number F. Complete Business Mailing Address Awardee must be registered in the System for Award Management (SAM) at www.sam.gov. Award cannot be made to a vendor without being registered in SAM. (6) The DHS, Customs and Border Protection require the following line items based on the requirements found in the STATEMENT OF WORK: 1. Armored Car Services (Base Year) - 05/01/15 through 4/30/16. 2. Armored Car Services (Option Year 1) - 05/01/15 through 4/30/16 3. Armored Car Services (Option Year 2) - 05/01/17 through 04/30/18. 4. Armored Car Services (Option Year 3) - 05/01/18 through 04/30/19. 5. Armored Car Services (Option Year 4) - 05/01/19 through 04/30/20. (7) Contractors shall submit a quote for each of the above stated line items with each line item priced individually. Quote shall be broken out to show monthly and total yearly cost. Quotes must be emailed to David Banks at david.m.banks@dhs.gov. Note: Issuing of option years shall be based on availability of fiscal year funds. (8) 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. (9) The Service Contract Act (SCA) Wage Determination (WD) below is applicable to this requirement. The complete WD can be accessed via the website below: WD 2005-2375, Rev 15 Applies to this procurement. http://www.wdol.gov/sca.aspx (10) The following provisions and clauses apply to this acquisition: (a) FAR 52.212-1, Instructions to Offerors - Commercial Items. (b) FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Offerors must complete the Representations and Certifications in the System for Award Management (SAM) when registering at www.sam.gov. (c) FAR 52.212-4 Contract Terms and Conditions - Commercial Items. (d) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, and the following selected clauses in paragraph (b) & (c); 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52,223-18, 52.225-13, 52.232-33, 52.239-1, 52.222-41, & 52.222-43. (e) The following additional FAR & HSAR Clauses apply to this procurement: 52.204-7 System for Award Management; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.217-8 Option To Extend Services; 52.217-9 Option To Extend The Term Of The Contract; 52.219-28 Post-Award Small Business Program Representation; 52.222-41 Service Contract Act; 52.232-18 Availability Of Funds; 52.232-19 Availability Of Funds For The Next Fiscal Year; 52.233-1 Disputes; 52.233-4 Applicable Law For Breach Of Contract Claim; 52.249-1 Termination For Convenience Of The Government; 52.252-2 Clauses Incorporated by Reference; 3052.204-71 Contractor Employee Access & 3052.242-72 Contracting Officer Representative; 3052.209-70 Prohibition on Contracts with Corporate Expatriates; 3052.212-70 Contract Terms & Conditions Applicable to DHS Acquisition of Commercial Items part (b) clauses - 3052.205-70, 3052.228-70, 3052.247-72 & 3052.247-72. (11) Full Text of referenced FAR & HSAR Clauses may be accessed electronically at http://www.acquisition.gov/far / http://www.dhs.gov/xlibrary/assets/opo_hsar_jun_2006.pdf
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/FPSB/83448/listing.html)
 
Place of Performance
Address: JFK Airport, Jamaica, New York, 11430, United States
Zip Code: 11430
 
Record
SN03680752-W 20150328/150327000134-d3c2068329af050bd5b9cf450240b2e1 (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.