Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2017 FBO #5635
SOLICITATION NOTICE

J -- Maintenance Service of (4) Transpac Strapping Machines

Notice Date
4/26/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Department of Homeland Security, Citizenship & Immigration Services, USCIS Contracting Office, 70 Kimball Avenue, Burlington, Vermont, 05403
 
ZIP Code
05403
 
Solicitation Number
HSSCCG-17-Q-00234
 
Archive Date
5/16/2017
 
Point of Contact
Patricia A. Brunelle, Phone: 8028724194
 
E-Mail Address
Patricia.A.Brunelle@uscis.dhs.gov
(Patricia.A.Brunelle@uscis.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
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 this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number HSSCCG-17-Q-00234 is issued as a Request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. This is an open market solicitation with a total small business set aside. The associated NAICS code is 333924 - Industrial Truck, Tractor, Trailer and Stacker Machinery Manufacturing with size standard of 750 employees. Maintenance Service of (4) strapping machines, machines currently inoperable. Make: Transpac, Model: TP-702. Please provide certification that authorizes your company to service these machines. Please also provide capability statement that shows technical ability to provide maintenance as required. Machines are located at: Los Angeles Field Office, Santa Ana Field Office, San Bernadino Field Office, San Fernando Valley Field Office. All travel must be in accordance with Federal Travel Regulations and approved by technical point of contact prior to booking. Please provide a quote for maintenance including travel, if required, and submit via email to Patricia Brunelle, Patricia.A.Brunelle@uscis.dhs.gov by Monday May 1, 2017 10:00AM EST. FAR 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements- Representation (JULY 2016) (FAR DEVIATION 16-02) (a) In accordance with Section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions), Government agencies are not permitted to use funds appropriated (or otherwise made available) for contracts with an entity that requires employees or subcontractors of such entity seeking to report waste, fraud, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, (Classified Information Nondisclosure Agreement), Form 4414 (Sensitive Compartmented Information Nondisclosure Agreement), or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it will not require its employees or subcontractors to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting waste, fraud, or abuse related to the execution of a Government contract to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information (e.g., agency Office of the Inspector General). (End of provision) FAR 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (JUL 2016) (FAR DEVIATION 16-02) (a) The Contractor shall not require its employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting waste, fraud, or abuse related to the execution of a Government contract to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information (e.g., agency Office of the Inspector General). (b) The Contractor shall notify current employees and subcontractors that prohibitions and restrictions of any internal confidentiality agreements covered by this clause, to the extent that such prohibitions and restrictions are inconsistent with the prohibitions of this clause, are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312 (Classified Information Nondisclosure Agreement), Form 4414 (Sensitive Compartmented Information Nondisclosure Agreement), or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d) In accordance with Section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015, (Pub. L. 113-235) use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (e) The Contractor shall include the substance of this clause, including this paragraph (f), in subcontracts under such contracts. (f) The Government may seek any available remedies in the event the contractor fails to comply with the provisions of this clause. (End of clause) FAR 52.212-1, Instructions to Offerors - Commercial Items (JAN 2017), applies to this acquisition FAR 52.212-2, Evaluation - Commercial Items (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1.Technical Acceptability 2.Price USCIS intends to award a contract in accordance with the Lowest Price Technically Acceptable (LPTA). Best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price. Offers will be evaluated for Technical Acceptability in order based on their total evaluated price and only the lowest priced offer will be evaluated until it is determined the lowest priced offer does not meet Technical Acceptability criteria; at that point, the next lowest priced offer will be evaluated for Technical Acceptability. This process will continue until a technically acceptable offer is identified. If no proposal is technically acceptable upon evaluation of initial proposals or if the Government determines them necessary, the Government reserves the right to enter into discussions. Award will be made on the basis of the lowest evaluated price of quotes meeting the Technical Acceptability. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (JAN 2017); Offerors shall include a completed copy of the provision. (A statement from contractor that Systems for Award Management representations and certifications are current and accurate will be acceptable.) FAR 52.212-4, Contract Terms and Conditions - Commercial Items (JAN 2017), applies to this acquisition. The following clauses in FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JAN 2017), apply to this acquisition: _X_ (12) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). _X_ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). _X_ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). _X_ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). _X_ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _X_ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _X_ (33) (i) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). _X_ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). _X_ (57) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). _X_ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). ADDITIONAL INVOICING INSTRUCTIONS: (a) In accordance with FAR Part 32.905, all invoices submitted to USCIS for payment shall include the following: (1) Name and address of the contractor. (2) Invoice date and invoice number. (3) Contract number, contract line item number and, if applicable, the order number (4) Description, quantity, unit of measure, period of performance, unit price, and extended price of supplies delivered or services performed. (5) Shipping and payment terms. (6) Name and address of contractor official to whom payment is to be sent. (7) Name (where practicable), title, phone number, and mailing address of person to notify in the event of a defective invoice. (8) Taxpayer Identification Number (TIN). (b) Invoices not meeting these requirements will be rejected and not paid until a corrected invoice meeting the requirements is received. (c) USCIS' preferred method for invoice submission is electronically. Invoices shall be submitted in Adobe pdf format with each pdf file containing only one invoice. The pdf files shall be submitted electronically using the "To" line in the e-mail address to USCISInvoice.Consolidation@ice.dhs.gov with each email conforming to a size limit of 500 KB. (d) If a paper invoice is submitted, mail the invoice to: USCIS Invoice Consolidation PO Box 1000 Williston, VT 05495
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/BC/ACB/HSSCCG-17-Q-00234/listing.html)
 
Place of Performance
Address: Los Angeles Field Office, Santa Ana Field Office, San Bernadino Field Office, San Fernando Valley Field Office, United States
 
Record
SN04486090-W 20170428/170426235111-4fe06c052b1b59205a44e7b24851f483 (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  © 1994-2020, Loren Data Corp.