Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 08, 2017 FBO #5525
SOLICITATION NOTICE

J -- Northeast Preventative Maintenance Program - RFP and Attachments

Notice Date
1/6/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
 
ZIP Code
20229
 
Solicitation Number
HSBP1017R94741
 
Archive Date
2/21/2017
 
Point of Contact
Travis L. McMillan, Phone: 2023443546
 
E-Mail Address
travis.l.mcmillan@cbp.dhs.gov
(travis.l.mcmillan@cbp.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
HSBP1017R94741 - Attachment 5 - FY17 Wage Determinations HSBP1017R94741 - Attachment 4B - Past Performance Experience HSBP1017R94741 - Attachment 4A - Past Performance Reference HSBP1017R94741 - Attachment 3 - Continuation of RFP HSBP1017R94741 - Attachment 2 - Line Item Summary HSBP1017R94741 - Attachment 1B - Equipment List HSBP1017R94741 Attachment 1A - Facilities List HSBP1017R94741 - Attachment 1 - PWS HSBP1017R94741 - RFP U.S. Customs and Border Protection (CBP) intends to solicit offers in response to Request for Proposal (RFP) HSBP1017R94741 for the Preventative Maintenance Program (PMP) for the Northeast Region. The region will consist of approximately 24 fully-owned and direct lease operated facility locations/campuses throughout Michigan, New York, Ohio, Vermont and Maine. This requirement will be 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 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 one scheduled site visit for this requirement. Please see the attached RFP, and below, for further details regarding the site visit. Due to the number of locations covered under this contract it is not feasible to conduct a site visit at all locations. Two locations has been chosen for the site visits as detailed below. 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 facility. One form of government issued picture identification shall be required to be shown upon arrival. Please submit the aforementioned information to Keith Tharp at Virgil.K.Tharp@cbp.dhs.gov, no later than 10:00AM EST on January 13, 2017. 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: Wednesday, January 18, 2017 at 10:00AM. BE #: Name: Address: City: Zip Code: Time (EST): MI11562 Detroit BPS 11700 East Jefferson Ave. Detroit, MI 48214 10:00AM MI0052 Air and Marine Branch- Great Lakes 41130 Castle Ave., Bldg #1422 Selfridge ANGB 48045 2:00PM Please address any questions to Travis McMillan, Contract Specialist, via email at Travis.L.Mcmillan@cbp.dhs.gov no-later-than (NLT) 1:00PM EST on January 25, 2017. Telephone inquires will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/HSBP1017R94741/listing.html)
 
Place of Performance
Address: 24 Locations throughout Michigan, New York, Ohio, Vermont and Maine., United States
 
Record
SN04365891-W 20170108/170106234345-0c6659fa2e5bed1b69cc1c4f1768a97c (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.