Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 17, 2017 FBO #5685
MODIFICATION

R -- CBP OFO San Diego Armored Courier Services - Combined Solicitation REVISED 6_15_17 - 20096998 - Q&A Updated 6_15_17

Notice Date
6/15/2017
 
Notice Type
Modification/Amendment
 
NAICS
561613 — Armored Car Services
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Border Enforcement Contracting Division - Mountain Branch, 4760 N Oracle Rd, Suite 100, Tucson, Arizona, 85705, United States
 
ZIP Code
85705
 
Solicitation Number
20096998
 
Archive Date
6/15/2017
 
Point of Contact
Benjamin Dorgan, Phone: 5204072808, Frank S. Duarte, Phone: 202-425-1775
 
E-Mail Address
benjamin.j.dorgan@cbp.dhs.gov, frank.s.duarte@cbp.dhs.gov
(benjamin.j.dorgan@cbp.dhs.gov, frank.s.duarte@cbp.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
20096998 - Q&A Updated 6_15_17 Combined Solicitation REVISED 6_15_17 Amendment Two (2) to solicitation 20096998 is issued in accordance with FAR 15.206(a) and due to limited competition. See attached revised solicitation document containing modified SOW and proposal pricing sheet. An updated Q & A document is also attached. The new period of performance is adjusted as follows: BASE PERIOD: 07/01/2017 - 06/30/2018 OPTION YEAR ONE: 07/01/2018 - 06/30/2019 OPTION YEAR TWO: 07/01/2019 - 06/30/2020 OPTION YEAR THREE: 07/01/2020 - 06/30/2021 OPTION YEAR FOUR: 07/01/2021 - 06/30/2022 The new deadline for receipt of proposals is Friday, June 23, 2017 at 1:00pm Pacific Time. The new deadline for receipt of questions is Wednesday, June 21, 2017 at 1:00pm Pacific Time. All other terms and conditions remain unchanged. _____________________________________________________________________________ The purpose of Amendment One (1) to solicitation 20096998 is the following: Questions and Answers document is now uploaded to solicitation. All other terms and conditions remain unchanged. _____________________________________________________________________________ The United States Customs and Border Protection Office of Field Operations, San Diego Field Office has an ongoing requirement for armored vehicle courier services along the Southern California Border. The Government intends to award a commercial items firm fixed price (FFP) contract to the lowest priced technically acceptable (LPTA) quotation to fulfill this requirement. The solicitation must be read in its entirety to ensure compliance in all areas. Full requirements of this action are as outlined in the attached Statement of Work. (Attachment One of Solicitation Document) In accordance with Service Contract Labor Standards statute requirements, attached to the solicitation are prevailing wage determinations for both San Diego and Imperial counties. The attached proposal pricing sheet (Attachment Two of Solicitation Document) must be completed and submitted with each proposal. All proposals must be valid for 90 calendar days after close of the solicitation. In addition to submitting the required proposal pricing sheet for this solicitation, each Offeror must provide any relevant 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. A bidder must submit sufficient information for a technical evaluation to be made by the Government to determine if the offeror's proposal meets the minimum requirements of the SOW. The Contracting Officer is not responsible for acquiring any additional information. If description/technical data/specifications are not sufficient to make a technical acceptance decision, the bid may be determined technically unacceptable. Proposal submissions must be submitted only by email to Contract Specialist Benjamin Dorgan at: benjamin.j.dorgan@cbp.dhs.gov and are to be received no later than Wednesday, June 14, 2017 at 1:00 PM Pacific Time. The last day for receipt of questions is: Friday, June 9, 2017 at 1:00 PM Pacific Time. Questions shall be submitted to the same point of contact as designated above for proposal submission. All proposals must be submitted electronically in accordance with the requirements of this solicitation and accompanying documents. Proposals that do not respond to all requirements in the solicitation may be rejected without further evaluation, deliberation, or discussion. The Government may reject any proposal that is evaluated to be significantly not compliant with the solicitation requirements, unrealistically high or low in price, or reflects a failure to comprehend the complexity and risks of the work to be performed. The Government reserves the right to award without discussions with Offerors. Award Criteria: 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 and whose offer is the Lowest Priced Technically Acceptable (LPTA). Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The following factors shall be used to evaluate offers: 1. TECHNICAL AND MANAGEMENT APPROACH (non-cost) Each Offeror will be evaluated on a contractor-provided approach formulated to meet the requirements of the Statement of Work (SOW). The proposal should fully outline the capabilities and methodology to provide the services as required. 2. PAST PERFORMANCE (non-cost) Offerors will be evaluated on their recent (within the past 3 years) performance of relevant services as described in the requirements of the SOW. Offerors should provide three (3) references for the same or similar work performed for Federal, State, and local government and private clients. For each services project used to demonstrate the relevant past performance, the Offeror must provide appropriate point of contact information for the individual within the client agency/firm overseeing the services performed. An Offeror may also provide information on problems encountered on the identified projects and the offer's corrective actions. The Government will consider this information, as well as information obtained from any other sources, when evaluating the offeror's past performance. An offeror will not be evaluated favorably or unfavorably on past performance if the offeror has no record of relevant past performance or for whom information on past performance is not available. 3. PRICE A comparison of proposal pricing received in response to the solicitation will be made in order to make a determination of fair and reasonable pricing in accordance with the Firm Fixed Price nature of this acquisition action. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (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)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/SBIAO/20096998/listing.html)
 
Place of Performance
Address: Multiple locations along the Southern California Border - See Statement of Work, California, United States
 
Record
SN04545840-W 20170617/170615235120-3e386db06d48e40f3dcbb3c4910e1447 (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.