Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2015 FBO #5045
MODIFICATION

S -- OPTION - Janitorial Services

Notice Date
9/14/2015
 
Notice Type
Modification/Amendment
 
Contracting Office
2410 Natures Path Way, Blaine, WA 98230
 
ZIP Code
98230
 
Solicitation Number
20086920
 
Response Due
9/16/2015
 
Archive Date
3/14/2016
 
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 20086920 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 2005-84. The associated North American Industrial Classification System (NAICS) code for this procurement is 561720 with a small business size standard of $18.00M.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 2015-09-16 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Place of Performance. The DHS Customs and Border Protection (CBP) requires the following items, Meet or Exceed, to the following: Base Period of Performance: 10/01/2015 - 09/30/2016 LI 001: Base Year: October 1, 2015 to September 30, 2016 janitorial services for OFO Honolulu, Hawaii Fort Armstrong Pier 1 in accordance with attached Performance Work Statement. ** In order to have a bid condsidered for award, sellers must be able to complete ALL requirements listed in the Performance Work Statement and viewed at the site visit **, 12, MON; Option 1 Period of Performance: 10/01/2016 - 09/30/2017 LI 001: Option Year 1: October 1, 2016 to September 30, 2017 janitorial services for OFO Honolulu, Hawaii Fort Armstrong Pier 1 in accordance with attached Performance Work Statement., 12, MON; Option 2 Period of Performance: 10/01/2017 - 09/30/2018 LI 001: Option Year 2: October 1, 2017 to September 30, 2018 janitorial services for OFO Honolulu, Hawaii Fort Armstrong Pier 1 in accordance with attached Performance Work Statement., 12, MON; Option 3 Period of Performance: 10/01/2018 - 09/30/2019 LI 001: Option Year 3: October 1, 2018 to September 30, 2019 janitorial services for OFO Honolulu, Hawaii Fort Armstrong Pier 1 in accordance with attached Performance Work Statement., 12, MON; Option 4 Period of Performance: 10/01/2019 - 09/30/2020 LI 001: Option Year 4: October 1, 2019 to September 30, 2020 janitorial services for OFO Honolulu, Hawaii Fort Armstrong Pier 1 in accordance with attached Performance Work Statement., 12, MON; 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/ 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 Performance Work Statement 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. Delivery must be made within 2 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 2 - required to make delivery after it receives a purchase order from the buyer. Unless otherwise noted. Any 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. 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, 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): 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. FAR 52.223-1 through 52.223-17, 52.204-4 and 52.211-5...Biobased Product Certification and Affirmative Procurement of Biobased Products under Service and Construction Contracts, the Government shall ensure environmentally safe products are provided for Contractor use. Questions - Questions regarding this procurement will be addressed at the site visit. Once the site visit is completed, a posting of all the Q&A will be posted, along with any other updates and clarifications to the requirements upon completion of the site visit. Required Mandatory Site Visit - There will be a required site visit on Wednesday, September 15, 2015 at 11:00 AM Hawaii Time. All sellers that wish to bid on this requirement must attend the site visit unless bidder has already completed a site visit within the last 3 months. For Meet or Exceed 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 PWS. They shall document statement detailing the service for evaluation. Failure to do this may be cause for termination. This information is REQUIRED no later than Wednesday, Sept 16, 2015 @ 1600 ET or 10:00 AM Hawaii Time. FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days [insert the period of time within which the Contracting Officer may exercise the option]; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days [60 days unless a different number of days is inserted] before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of clause) FAR 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) The offeror represents that? (a) It o has, o has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) It o has, o has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. (End of provision) FAR 52.222-25 Affirmative Action Compliance (Apr 1984) The offeror represents that? (a) It o has developed and has on file, o has not developed and does not have on file, at each establishment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2); or (b) It o has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (End of provision) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause FAR 52.217-8 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. Service Contract Act - FAR 52.222-41 Service Contract Act of 1965, As Amended (July 2005) is hereby applicable to this solicitation. Also - see attachment WDOL for detailed information regarding specific minimum WAGE DETERMINATIONS for this procurement. Each offeror shall provide the attached past performance questionnaire PPQ and PP Ref Sheet to their company's previous three customers, preferably government customers. Each customer shall submit the completed Past Performance documentation to the contract specialist by e-mail paul.ebinger@dhs.gov. All questionnaires must be submitted NO LATER THAN the end date and time of this solictation. Failure to submit fully completed questionnaires by this due date may render contractor's bid non-responsive. U.S. Customs and Border Protection, Pier 1 Building - Ewa Warehouse, Fort Armstrong, Honolulu, Hawaii 96813 Directions to CBP Pier 1 Office: Head to Diamond Head on Ala Moana Blvd. from Iwilei/Kalihi area. When you are in the Kakaako area, South Street is on the mauka side of Ala Moana Blvd and Forrest Ave is on the Makai side. Take Forrest Ave in the Makai direction, passing through the guard post (Show valid government-issued ID, e.g. drivers license. Purpose of Visit is to attend mandatory site visit for bidding on janitorial requirement for CBP Pier 1 Building). Proceed straight ahead. The one-story white building directly in front of you is the CBP Pier 1 office building.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/20086920/listing.html)
 
Place of Performance
Address: See Place of Performance.
Zip Code: -
 
Record
SN03884647-W 20150916/150914235530-ffb6f0a5d0be4f3789309c884a2553ee (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.