Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
MODIFICATION

S -- OPTION - Horse Manure Pickup Lordsburg Border Patrol Station Lordsburg, NM

Notice Date
9/12/2017
 
Notice Type
Modification/Amendment
 
Contracting Office
8901 Montana Ave,, El Paso, TX 79925
 
ZIP Code
79925
 
Solicitation Number
20100654
 
Response Due
9/15/2017
 
Archive Date
3/14/2018
 
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 20100654 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 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 562119 with a small business size standard of $38.50M. 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 2017-09-15 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Statement of Work. The DHS Customs and Border Protection (CBP) requires the following items, Meet or Exceed, to the following: Base Period of Performance: 09/30/2017 - 09/29/2018 LI 001: Horse manure removal and disposal services for the Lordsburg Border Patrol Station Horse Patrol Unit. Please see Statement of Work for locations, container requirements, pick-up frequency and details., 12, Months; LI 002: Horse manure removal and disposal services for the CAMP GARZA Horse Patrol Unit. Please see Statement of Work for locations, container requirements, pick-up frequency and details., 12, Months; Option 1 Period of Performance: 09/30/2018 - 09/29/2019 LI 001: Horse manure removal and disposal services for the Lordsburg Border Patrol Station Horse Patrol Unit. Please see Statement of Work for locations, container requirements, pick-up frequency and details.., 12, Months; LI 002: Horse manure removal and disposal services for the CAMP GARZA Horse Patrol Unit. Please see Statement of Work for locations, container requirements, pick-up frequency and details., 12, Months; Option 2 Period of Performance: 09/30/2019 - 09/29/2020 LI 001: Horse manure removal and disposal services for the Lordsburg Border Patrol Station Horse Patrol Unit. Please see Statement of Work for locations, container requirements, pick-up frequency and details., 12, Months; LI 002: Horse manure removal and disposal services for the CAMP GARZA Horse Patrol Unit. Please see Statement of Work for locations, container requirements, pick-up frequency and details., 12, Months; Option 3 Period of Performance: 09/30/2020 - 09/29/2021 LI 001: Horse manure removal and disposal services for the Lordsburg Border Patrol Station Horse Patrol Unit. Please see Statement of Work for locations, container requirements, pick-up frequency and details., 12, Months; LI 002: Horse manure removal and disposal services for the CAMP GARZA Horse Patrol Unit. Please see Statement of Work for locations, container requirements, pick-up frequency and details., 12, Months; Option 4 Period of Performance: 09/30/2021 - 09/29/2022 LI 001: Horse manure removal and disposal services for the Lordsburg Border Patrol Station Horse Patrol Unit. Please see Statement of Work for locations, container requirements, pick-up frequency and details., 12, Months; LI 002: Horse manure removal and disposal services for the CAMP GARZA Horse Patrol Unit. Please see Statement of Work for locations, container requirements, pick-up frequency and details., 12, Months; 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. Bid MUST be good for 30 calendar days after close of Buy. 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. 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. 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, 52.232-33. 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, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.203-6, 52.203-13, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.223-18, 52.225-13, 52.232-33, 52.222-41. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. 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 Statement of Work 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. The Specifications, Statement of Work, or Statement of Objectives which describe the work to be performed hereunder, although attached, is incorporated and made a part of this document with the same force and effect of "specifications" as described in the clause, Order of Precedence, FAR 52.215-8 incorporated herein by reference. The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract. In the event the Contractor effects any changes at the direction of any person other than the Contracting Officer, the changes will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. The Contracting Officer shall be the only individual authorized to accept nonconforming work, waive any requirement of the contract, or to modify any term or condition of the contract. The Contracting Officer is the only individual who can legally obligate Government funds. No cost chargeable to the propose contract can be incurred before receipt of a fully executed contract or specific authorization from the Contracting Officer. This solicitation shall result in a Firm Fixed Price purchase order. Under no circumstances shall the Contractor, or anyone acting on behalf of the Contractor, refer to the supplies, services, or equipment furnished pursuant to the provisions of this contract in any news release or commercial advertising without first obtaining explicit written consent to do so from the Contracting Officer. The Contractor agrees not to refer to awards in commercial advertising in such a manner as to state or imply that the product or service provided is endorsed or preferred by the Federal Government or is considered by the Government to be superior to other products or services. A. General Any information made available to the Contractor by the Government shall be used only for the purpose of carrying out the provisions of this contract and shall not be divulged or made known in any manner to any persons except as may be necessary in the performance of the contract. B. Technical Data Rights The Contractor shall not use, disclose, reproduce, or otherwise divulge or transfuse to any persons any technical information or data licensed for use by the Government that bears any type of restrictive or proprietary legend except as may be necessary in the performance of the contract. Refer to the Rights in Data clause for additional information. C. Privacy Act In performance of this contract the Contractor assumes the responsibility for protection of the confidentiality of all Government records and/or protected data provided for performance under the contract and shall ensure that (a) all work performed by any subcontractor is subject to the disclosure restrictions set forth above and (b) all subcontract work be performed under the supervision of the Contractor or their employees. In accordance with the IPP clause; ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PROCESSING PLATFORM (IPP) (JAN 2016), payment requests for all new awards must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). The Contractor must use IPP for contracts and orders awarded April 11, 2016 or later. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract. The IPP website address is: https:// www.ipp.gov. Contractor assistance with IPP enrollment can be obtained by contacting IPPCustomerSupport@fms.treas.gov or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer. Vendors shall provide three (3) past performance references at a minimum if the vendor currently does not have any past performance listed on their FEDBID activity card. CBP is requesting the following information for each past performance reference provided: Agency Name, Point of Contact, E-mail, Phone Number, Description of Work/Project, Contract Number, and Dollar Amount. Past performance references shall be provided at the time of bid submission or before the buy closes. Past performance references may be provided as an additional attachment. NOTE: The Government may use sources other than those listed by the quoter (developed on its own) in evaluating the performance capabilities of the quoter. This includes the Department of Defense's Past Performance Information Retrieval System (PPIRS) (https://www.ppirs.gov). OPTION TO EXTEND SERVICES OPTION TO EXTEND THE TERM OF THE CONTRACT AVAILABILITY OF FUNDS Permits and Responsibilities The Department of Labor Wage Determination 15-5211, Revision 1; applies to this Federal service contract. Technical Proposal Information- This volume shall be submitted as one (1) electronic copy. The quotation shall be prepared in such a manner as to enable the Government reviewers to make a thorough evaluation and arrive at a sound determination of whether the quotation satisfies the Statement of Work (SOW). The technical portion shall consist of: (1)Operational Approach. The quoter shall provide a narrative of his operational approach to performing the requirements of the Statement of Work (SOW). This narrative shall include: (a) Project Management Plan. Include a discussion of operational concepts, organizational structure, lines of authority, communication, and any other operational functions that make up the quoterĂ s operational approach to satisfying the SOW requirements. Information should be provided which will demonstrate the quoterĂ s understanding and management of important events or tasks. Information on how the project is to be organized, staffed, and managed must be included. The quoter must explain how the management and coordination of any consultant and/or subcontractor efforts will be accomplished. Other resources to be employed for the project must be discussed, such as the availability of tools, equipment, etc. An organization chart showing the organization for this project shall be included. (b) Project Schedule. A detailed project schedule indicating key milestones from date of contract award through contract completion must be provided. Potential problems which may be encountered and with possible solutions should be discussed. (c) Quality Assurance Plan. A quality assurance (QA) plan specifically addressing risk reduction is required. (2) Personnel Resources and Staffing. (a) Key Personnel. Key personnel (by name and title) and their scopes of responsibility and duties must be identified. A Project Manager, who will serve as a single point-of-contact for the Government, must be identified. Resumes for all individuals identified as "key personnel" must be included and contain information on education, background, recent relevant work experience. The resumes should be no longer than 2 pages in length. The approximate percentage of time each individual will be available for the project must be included. (b) Personnel and Staffing Mix. The quoter shall describe the personnel resources and staffing mix that will be employed for this project and demonstrate how these resources will meet the SOW requirements. A list of names and proposed duties of the professional personnel (to include manual labor positions), consultants, and subcontractor employees assigned to the project shall be also provided. Subcontracts and consulting arrangements shall be identified with the following information: (i) Company name of each subcontractor or the individual name in the case of independent consultants; (ii) names of each subcontractorĂ s corporate officers; (iii) name of each subcontractorĂ s key personnel for this contract effort including each individualĂ s level of effort (to include manual labor); and (iv) scope of work to be performed by each subcontractor/ consultant. If subcontracting is proposed under this contract requirement, a detailed breakdown of allocated costs shall be submitted to show the labor/operating costs for the prime contractor and the subcontractor. The offeror shall demonstrate how the prime contractor shall meet the requirements of FAR 52.219-14. Resource information concerning labor hours, labor categories, sub-contracts, short job descriptions, etc. should be submitted. The Government may find any offeror non-responsive if they fail to furnish the aforementioned information with the submission of their proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/20100654/listing.html)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN04672194-W 20170914/170912231408-702047ba94882d7ea66454175deb57e2 (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.