Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2017 FBO #5657
MODIFICATION

V -- Relocation Services for Great Falls, MT OFO

Notice Date
5/18/2017
 
Notice Type
Modification/Amendment
 
NAICS
484210 — Used Household and Office Goods Moving
 
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
PR20099051
 
Archive Date
6/3/2017
 
Point of Contact
TERESA L NECHVATAL, Phone: 5204072807
 
E-Mail Address
TERESA.NECHVATAL@DHS.GOV
(TERESA.NECHVATAL@DHS.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
REQUEST FOR QUOTE (RFQ) Requirement Title : Relocation Services for Office of Field Operations in Great Falls, MT Field Offices Issued by : US Customs & Border Protection (CBP) Contracting Officer and Point of Contact (POC) : Teresa Nechvatal, Contract Specialist E-mail Address: Teresa.Nechvatal@cbp.dhs.gov Phone: 520 407 2807 Furnish quote and pricing data to the POC on or before the closing time for this RFQ. 1. Description/Intent of Work To Be Performed : The Department of Homeland Security (DHS), US Customs & Border Protection (CBP), Office of Field Operations (OFO), Great Falls, MT Field Offices has a requirement for relocation services. Interested vendors are invited to review the Statement of Work (SOW) for this project and submit a proposal in accordance with the instructions of this solicitation. 2. Acquisition Information : In accordance with the Federal Acquisition Regulation (FAR) 13.106, CBP intends to enter into an agreement with a vendor to fulfill this requirement. A Purchase Order (PO) will be issued to the successful offeror. This RFQ is being competed among service providers with a NAICS the following code: 484210. All small business categories are encouraged to submit an offer. Contract type is: Purchase Order (PO) Firm-Fixed Price (FFP) 3. Location of Work to Be Performed : See Attachment Two, Statement of Work (SOW). 4. Anticipated Period of Performance : June 2017 5. Quote Submission Instructions : This RFQ contains the following documents: •1) Attachment 1: RFQ - Additional Clauses •2) Attachment 2: Statement of Work (SOW) •3) Attachment 3: Past Performance •4) Attachment 4: Wage Determination Submission of quotes are due by May 19, 2017 at 6:00 PM Eastern Daylight Time. There will be no extensions or exceptions to the time and date on which responses are due, unless determined otherwise by the Government. Quotes shall be valid for a minimum of 120 days after the due date. Your response, including all attachments, shall be forwarded electronically to the POC, teresa.nechvatal@cbp.dhs.gov, no later than the date and time identified above (5/19/2017 at 6:00 PM EST). When responding, please include "RELOCATION SERVICES OFO - PR20099051" In the subject line. To verify receipt of your response, please contact POC by e-mail. Only responses received via e-mail will accepted, all other responses will be determined to be non-responsive. Important note regarding email attachments: CBP's email system limits incoming email attachments to 10 MB per email. Contractors should ­­ not submit.zip files as these may be stripped by CBP's email system. All incoming files are scanned so there may be a delay between the time the file is submitted and the time it is received. Therefore, Contractors must ensure they submit quotes with sufficient time to reach the required destination no later than the response due date identified above. Contractors are strongly encouraged to verify receipt of their response (via email) as noted above. Contractors may submit attachments in multiple emails due to size constraints; however, the complete quote (including all required submissions) must be received by the due date and time identified above. The cutoff date for technical questions related to this request for quotes is May 15, 2017 at 4:00 PM Eastern Daylight Time. Questions received after this cutoff date may not be answered. All questions will be compiled with answers and posted as an attachment so all interested vendors can view the document. 6. Quote Requirements : CBP will conduct a streamlined evaluation of offers using Lowest Price Technically Acceptable (LPTA) procedures. CBP reserves the right to award a Purchase Order without further communication and exchange; therefore, each response to this request should contain the vendors best pricing, terms, and conditions. Please read and comply with all requirements for submitting a quote. Failure to comply with all instructions contained within this request for quote could result in the quote being ineligible for award. It is the Offeror's responsibility to ensure its quote meets all the requirements identified herein. TECHNICAL RESPONSE (10 page limit) Offerors shall submit a technical response to demonstrate the offeror's technical approach for satisfying the requirements in the SOW that demonstrates a clear understanding of the work to be performed, including competent and thorough knowledge of the requirement(s) and demonstrated technical expertise. The technical response is limited to 10 pages in length. Each page must be formatted in no less than 11 point Times New Roman font with 1-inch margins. Any information submitted beyond the 10 page limit will not be evaluated by the Government. Any cover page, cover letter, and table of contents will not count toward the 10 page limit. Acknowledge all amendments to this RFQ in your cover letter. As part of their technical response, offerors are asked to provide requested information shown in Attachment 3, Past Performance Information. See Attachment 3 for complete information and instructions. Past Performance information must be submitted as part of each offeror's technical response and will not count toward the 10 page limit. PRICING (No page limit) Each offeror shall submit their pricing as an attachment to their technical proposal. In addition to submitting pricing information, if applicable, each offeror shall submit a current copy of their applicable GSA schedule along with any schedule price lists. (GSA Pricing schedule is only applicable if the vendor holds a current GSA Contract). 7. Basis for Selection : CBP will make an award following the Lowest Priced, Technically Acceptable (LPTA) procedures to the Contractor whose quote is determined to be technically acceptable and have the lowest price. Technical Evaluation - Technical acceptability will be determined on a pass/fail basis. The offeror's technical response will be evaluated to determine if it meets the requirements of the Statement of Work. Past performance will be evaluated to determine that each offeror has experience similar to that described in the SOW and has performed in a satisfactory manner. Price Evaluation - The price evaluation will be based on the Contractor's overall pricing for equipment, labor and supplies, fees and other expenses. The total price for all supplies, labor and equipment, fees and miscellaneous charges will be used as the offeror's lowest price. 8. Clauses : See Attachment 1, Additional Clauses.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/PR20099051/listing.html)
 
Place of Performance
Address: Customs & Border Protection Office of Field Operations (CBP OFO), 2108 21st Avenue S, Great Falls, MT 59404, Great Falls, Montana, 59404, United States
Zip Code: 59404
 
Record
SN04513883-W 20170520/170518235602-cc42d258fa4ebeebff7922a5fc94acfa (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.