Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2017 FBO #5859
SOLICITATION NOTICE

H -- Airborne Infection Isolation Room (AIIR) Maintenance and Certifications - Attachment 2 – Facility Information - Attachment 4 – CLIN Description - Attachment 1 - SOW - Attachment 3 – Technical Criteria

Notice Date
12/6/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
#238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-DM, 801 I Street, NW, Suite 910, Washington, District of Columbia, 20536, United States
 
ZIP Code
20536
 
Solicitation Number
70CDCR18Q00000002
 
Archive Date
1/17/2018
 
Point of Contact
Sang Han,
 
E-Mail Address
sang.han@ice.dhs.gov
(sang.han@ice.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Technical Criteria (offerors to fill out) Statement of Work Pricing Sheet (offerors to fill out) List of Facilities (i) 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number 70CDCR18Q00000002 is issued as a Request for Quote (RFQ). Under this requirement, the U.S. Immigration and Customs Enforcement (ICE) intends to award a firm fixed price purchase order. (iii) This solicitation document incorporates provisions and clauses are in effect through Federal Acquisition Circular 2005-96/11-06-2017. (iv) This is a total small business set-aside. The small business size standard is $15 million. The applicable North American Classification System (NAICS) code is 238220, Plumbing, Heating, and Air-Conditioning Contractors. (v) This solicitation is to acquire Airborne Infection Isolation Room (AIIR) maintenance and certifications for 15 ICE/ERO Detention Facilities (63 total rooms) to ensure a proper airflow and calibration. The service will be required for a one (1) twelve (12)-month base period plus four (4) twelve (12)-month option periods, totaling five (5) years. (vi) FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. (vii) FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. This requirement will be evaluated on a Lowest Priced Technically Acceptable (LPTA) basis. Quotes will be evaluated for acceptability and shall meet the minimum requirements in order to be considered for award. Past performance shall be evaluated in accordance with the procedures outlined in FAR 13.106. The following documents must be submitted to be considered for evaluation: 1) Cover page (Name, address, contact information, and DUNS number) 2) Technical Capability Table (Attachment 3) filled out 3) Written Technical Capability Statement for all 14 requirements stated in Attachment 3 4) Pricing Table (fill out attachment 4); Submit this in excel spreadsheet Note: All of the documents identified above are required and if any of the information required are not submitted, the offeror's quote will not be evaluated or considered. (viii) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. (ix) FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (x) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition and the following additional clauses are applicable to this acquisition: 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) 52.219-6, Notice of Total Small Business Aside (Nov 2011) 52.219-8, Utilization of Small Business Concerns (Nov 2016) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sep 2016) 52.222-35, Equal Opportunity for Veterans (Oct 2015) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-37, Employment Reports on Veterans (Feb 2016) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.222-54, Employment Eligibility Verification (Oct 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) 52.217-8 -- Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 5 days. 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 3 days ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 5 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. (xi) Additional contract requirement(s) or terms and conditions. HSAR 3052.212-70 - CONTRACT TERMS AND CONDITIONS APPLICABLE TO DHS ACQUISITION OF COMMERCIAL ITEMS (SEP 2012) The Contractor agrees to comply with any Provision or Clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The Provision or Clause in effect based on the applicable regulation cited on the solicitation is issued applies unless otherwise stated herein. The following Provisions and Clauses are incorporated by reference: HSAR 3052.209-70 Prohibition on Contracts with Corporate expatriates (Jun 2006) HSAR 3052.215-70 Key Personal or facilities: Fill in: The key personnel or facilities under this contract are as follows: Project manager/Program manager at each detention facility (Names of the project/program manager will be provided at the time of the contract award HSAR 3052.242-72 Contracting Technical Representative (xii) Submission due date: 11:00AM EST, 1/2/2018, via email to Sang.Han@ice.dhs.gov and Pamela.Odhiambo@ice.dhs.gov. Question due date: 11:00AM EST, 12/13/2017, via email to Sang.Han@ice.dhs.gov and Pamela.Odhiambo@ice.dhs.gov. Acknowledgement emails will be sent to offerors. ICE is not responsible for non-delivery of quotations due to email server problems. It is the offeror's responsibility to confirm that ICE has received your quotation on time. Late quotes will not be accepted. List of Attachments: Attachment 1 - Statement of Work (SOW) Attachment 2 - Facility Information sheet will be separately provided upon request. If an offeror is interested in submitting a quote for this requirement, email Sang.Han@ice.dhs.gov to obtain this information. Attachment 3 - Technical Criteria Attachment 4 - CLIN Description (Pricing Sheet for offerors)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-DM/70CDCR18Q00000002/listing.html)
 
Record
SN04758847-W 20171208/171206231254-74afb7511f2ddf6bc22890169e3d4852 (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.