Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2018 FBO #5951
SOLICITATION NOTICE

X -- Self Storage Units - Attachments

Notice Date
3/8/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531130 — Lessors of Miniwarehouses and Self-Storage Units
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-MS, 801 I Street, NW, Suite 910, Washington, District of Columbia, 20536-0001, United States
 
ZIP Code
20536-0001
 
Solicitation Number
192118VSA00000006
 
Archive Date
3/17/2018
 
Point of Contact
Ahisha Alexander, Phone: 2149055424, Michelle D. Kelley,
 
E-Mail Address
Ahisha.L.Alexander@ice.dhs.gov, Michelle.D.Kelley@ice.dhs.gov
(Ahisha.L.Alexander@ice.dhs.gov, Michelle.D.Kelley@ice.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SOW Price Schedule 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; quotations are being requested and a separate written solicitation will not be issued. Solicitation number 192118VSA00000006 applies, and is issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96, effective 06 November 2017. This solicitation is an open market commercial item procurement set-aside for small businesses. The North American Industry Classification System (NAICS) code is 531130. The small business size standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf. The Department of Homeland Security, Office of Acquisition Management, IOSD-Dallas intends to award a Firm Fixed Price Contract for three (3) self- storage units for the period of a base year from April 1, 2018 through March 31, 2019, and three one-year option periods ending March 31, 2022. The technical requirements are listed on the attached Statement of Work. In accordance with FAR 15.101-2, a Lowest Price Technically Acceptable source selection process will be conducted. Award will be based on the lowest evaluated price of meeting the technical acceptability standards for the non-price factors. If any of the offeror's non-price technical factors are determined to be unacceptable, the proposal shall not be further evaluated. Evaluation Factors: --Technical Acceptability --Price Conditions for Evaluation: Offeror must submit pricing in Section 1 Pricing Schedule attachment for the Base year (0001, 0002, and 0003) and Option periods (1001, 1002, 1003), (2001, 2002, 2003) and (3001, 3002, 3003) as follows: --Quantity: 12 --Unit: Month --Unit Price: --Amount: --Total Amount The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://farsite.hill.af.mil/vmfara.htm FAR 52.212-1 Instructions to Offerors-Commercial Items (Feb 2012). 1. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: a) company's complete mailing and remittance addresses, b) discounts for prompt payment if applicable c) Cage code, d) Dun & Bradstreet number, e) Taxpayer ID number. f) Offerors shall submit price and delivery information for all items. A recent past performance including: contract number, point of contact and current phone numbers. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications- Commercial Items with their offer. The following provisions and clauses are incorporated by reference: FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) FAR 52.204-7 System for Award Management (Oct 2016) FAR 52.204-13 System for Award Management Maintenance (Oct 2016) FAR 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.204-19 Incorporated by Reference of Representations and Certifications (Dec 2014) FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) FAR 52.212-1 Instructions to Offerors - Commercial Items (Jan 2017) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Jan 2017) FAR 52.212-5 Contract Terms and Conditions Required To Implement Status or Executive Orders - Commercial Items (Nov 2017) with the following applicable clauses: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternative 1 (OCT 1995); 52.219-6 Notice of Total Small Business Set-Aside ( NOV 2011); 52.219-28, Post Award Small Business Program Representation (Jul 2013); 52.222-3 Convict Labor (June 2003); 52.222-17 Nondisplacement of Qualified Workers (May 2014); 52.222-21 Prohibition of Segregated Facilities (Apr 2015); 52.222-26 Equal Opportunity (Sept 2016); 52.222-35 Equal Opportunity for Workers with Disabilities (Jul 2014); 52.222-36 Equal Opportunity for Veterans (Oct 2015); 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); 52.226-5 Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007); 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Jul 2013); 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004); 52.222-41 Service Contract Labor Standards (May 2014); 52.222-53 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) FAR 52.217-5 Evaluation of Options (July 1990) FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) QUOTATIONS ARE DUE on March 16, 2018 @ 11:00am CST. Proposal may be emailed to Ahisha.L.Alexander@ice.dhs.gov POC is Ahisha Alexander, Contract Specialist, Ahisha.L.Alexander@ice.dhs.gov or Michelle Kelley, Contracting Officer, Michelle.D.Kelley@ice.dhs.gov See Attached Documents: Section 1 Pricing Schedule and Section II Statement of Work
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-MS/192118VSA00000006/listing.html)
 
Place of Performance
Address: San Juan, Puerto Rico, 00907, United States
Zip Code: 00907
 
Record
SN04847872-W 20180310/180308231447-4574854962941a7090222855c5bb062c (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.