Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2018 FBO #5902
SOLICITATION NOTICE

V -- Moving Services for the Houston District Office - 70SBUR18Q00000085 Solicitation Documents

Notice Date
1/18/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
484210 — Used Household and Office Goods Moving
 
Contracting Office
Department of Homeland Security, Citizenship & Immigration Services, USCIS Contracting Office, 70 Kimball Avenue, Burlington, Vermont, 05403
 
ZIP Code
05403
 
Solicitation Number
70SBUR18Q00000085
 
Archive Date
2/9/2018
 
Point of Contact
Amy Rotax, Phone: 8028724503, Jason Hawkins, Phone: 802-872-4638
 
E-Mail Address
amy.l.rotax@uscis.dhs.gov, jason.s.hawkins@uscis.dhs.gov
(amy.l.rotax@uscis.dhs.gov, jason.s.hawkins@uscis.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
70SBUR18Q00000085 Solicitation Documents 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. Solicitation number 70SBUR18Q00000085 is being issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. This is an open market solicitation with a total small business set aside. The associated NAICS code is 484210 - Used Household and Office Good Moving with a small business size standard of $27.5M. The attached statement of work (SOW) lists the service requirements, period of performance and options. Please provide a quote as part of your submission by email to Amy Rotax, amy.l.rotax@uscis.dhs.gov by Tuesday, January 16, 2018 1:00 PM EST. 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 (NOV 2017), apply to this acquisition: X (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). X (12)(i) 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 (28) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). X (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). X (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). X (33)(i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). X (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). X (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). X (55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] X (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495). X (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). X (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). X (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). X (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). 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. Technical acceptability is comprised of meeting the requirements and task schedule as outlined in the SOW. Award will be made on the basis of the lowest evaluated price of quotes meeting the Technical Acceptability for non-cost factors. (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) FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (NOV 2017); Offerors shall include a completed copy of the provision FAR 52.217-5 Evaluation of Options (July 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision) FAR 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 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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 5 years/60 months. (End of clause) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: Employee Class Monetary Wage-Fringe Benefits Motor Vehicle Operator - WG 5703, Grade 5 $18.27 (End of clause) ADDITIONAL INVOICING INSTRUCTIONS: (a) In accordance with FAR Part 52.212-4(g), 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/70SBUR18Q00000085/listing.html)
 
Place of Performance
Address: Department of Homeland Security, U.S. Citizenship and Immigration Services, Houston District Office, 810 Gears Rd., Houston, Texas, 77067, United States
Zip Code: 77067
 
Record
SN04793360-W 20180120/180118231424-f9cd7396277709035dd572c5ff3764f5 (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.