SOLICITATION NOTICE
R -- Armored Car Services Puerto Rico
- Notice Date
- 1/29/2021 9:09:19 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561613
— Armored Car Services
- Contracting Office
- BORDER ENFORCEMENT CTR DIV WASHINGTON DC 20229 USA
- ZIP Code
- 20229
- Solicitation Number
- 70B03C21Q00000045
- Response Due
- 2/5/2021 2:00:00 PM
- Archive Date
- 02/20/2021
- Point of Contact
- Vivienne Herdman
- E-Mail Address
-
vivienne.c.herdman@cbp.dhs.gov
(vivienne.c.herdman@cbp.dhs.gov)
- Description
- (1) 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 the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (2) The solicitation number is 70B03C21Q00000045 and is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-04. The associated North American Industrial Classification System (NAICS) code for this procurement is 561613. (3) This procurement shall be issued as full and open competition. All qualified, responsible sources may submit an offer that shall be considered by the agency. Offerors are advised that they are responsible for obtaining amendments. The resulting Firm-Fixed Price Purchase Order shall be awarded to the offeror who provides the best value quote in compliance with the Statement of Work (SOW). FOB destination shall be San Juan, PR 00901. See SOW for further information as well as pick-up and delivery sites. (4) The Department of Homeland Security (DHS), Customs and Border Protection (CBP) intends to award a Firm-Fixed Price Purchase Order for the procurement of Armored Car Services in accordance with the attached SOW. The Armored Car services will take place Monday through Friday at five (5) different in the San Juan, PR area. All locations and pick-up & delivery times can be found in the attached Statement of Work (SOW). The contractor shall be responsible for providing all labor, equipment, personnel, licenses, permits, supplies and supervision. Unless otherwise specified in the contract or purchase order, the contractor is responsible for the performance of all inspection requirements and Quality Control (QC). It is required that all contractors submitting a quote review the attached STATEMENT OF WORK to review all requirements and pick-up locations. All contractors submitting a quote shall be required to meet the requirements found in the STATEMENT OF WORK. Contractor shall assume full responsibility for all sealed containers, and their contents from pick-up to delivery. Proper liability insurance shall be required. (5) The�vendor selected for award MUST be registered in System for Award Management (SAM)�at https://www.sam.gov/portal/SAM/#1 and receive payment via Electronic Funds Transfer (EFT) as a condition of the contract. Registration in SAM requires a valid Dun & Bradstreet (DUNS) number. No award can be�made to a vendor not registered in SAM. (6) Intended Period of performance shall be a base year and four possible service years. The DHS, Customs and Border Protection require the following line items based on the requirements found in the STATEMENT OF WORK: 1. Armored Car Services (Base Year): �04/01/2021 � 03/31/2022 2. Armored Car Services (Option Year 1): 04/01/2022 � 03/31/2023 3. Armored Car Services (Option Year 2): 04/01/2023 � 03/31/2024 4. Armored Car Services (Option Year 3): 04/01/2024 � 03/31/2025 5. Armored Car Services (Option Year 4): 04/01/2025 � 03/31/2026 Note: In accordance with FAR 52.232-18, issuing of option years shall be based on availability of fiscal year funds. *Dates are estimated. Actual period of performance dates shall be outlined at award (7) Offerors shall submit a quote (Pricing Sheet) for each of the above stated line items with each line item priced individually. Quote shall be broken out to show monthly and total yearly cost. Offerors shall also submit a technical proposal demonstrating understanding of the requirements defined in the SOW. Both the price quote (Pricing Sheet) and technical proposal must be emailed to Vivienne Herdman at vivienne.c.herdman@cbp.dhs.gov no later than February 5, 2021 at 5PM EST. (8) CONTRACT MANAGEMENT Notwithstanding the Contractor's responsibility for total management during the performance of this contract, the administration of the contract will require maximum coordination between the Government and the Contractor.� Communications pertaining to the contract administration will be addressed to the Contracting Officer.� No changes to the statement of work are authorized without a written modification to the contract executed by the Contracting Officer. The Contractor is advised that only the Contracting Officer can change or modify the contract terms or take any other action, which obligates the Government.� No changes to the statement of work, contract terms, or conditions are authorized without a written modification to the contract executed by the Contracting Officer. (9) The Service Contract Act (SCA) Wage Determination (WD) 2015-5707, Rev 14 and Executive Order (EO) 13658 are applicable to this requirement.� (10) Offerors must complete and sign Blocks 13, 14, 15, and 16 on page one (1) of the SF 18 form (RFQ Packet). Contractors must submit the first page of the RFQ packet as well as a price quote (Pricing Sheet) and technical proposal. In order to be considered for option years, please provide pricing for each year in the Price Quote. Quotes that are incomplete, unsigned, or late will not be considered. (11) Delivery of Submittals: Contractors must complete and submit the page of the RFQ packet as well as a Price Quote and technical proposal. These must be RECEIVED through email by the Contracting Officer no later than February 5, 2021 at 5:00 P.M. Eastern Time (Indianapolis). Late submissions will not be accepted. The electronic submission should be addressed to the Contracting Officer Vivienne Herdman via email to Vivienne.C.Herdman@CBP.DHS.GOV. (12) The following provisions and clauses apply to this acquisition: (a) FAR 52.212-1, Instructions to Offerors - Commercial Items. (b) FAR 52.212-3, Offeror Representations and Certifications - Commercial�Items,�applies to this acquisition. Offerors must complete the Representations and Certifications in the System for Award Management (SAM) when registering at www.sam.gov. (c) FAR 52.212-4 Contract Terms and Conditions - Commercial Items. (d) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, and the following clauses in paragraph (b) & (c); 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.225-13, 52.232-33, 52.239-1, 52.222-41, & 52.222-43. (e) The following additional FAR & HSAR Clauses apply to this procurement: 52.204-7 System for Award Management; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.217-8 Option To Extend Services; 52.217-9 Option To Extend The Term Of The Contract; 52.219-28 Post-Award Small Business Program Representation; 52.222-41 Service Contract Act; 52.222-50 Combating Trafficking in Persons; 52.232-18 Availability Of Funds; 52.232-19 Availability Of Funds For The Next Fiscal Year; 52.233-1 Disputes; 52.233-4 Applicable Law For Breach Of Contract Claim; 52.249-1 Termination For Convenience Of The Government; 52.252-2 Clauses Incorporated by Reference; 3052.204-71 Contractor Employee Access & 3052.242-72 Contracting Officer Representative; 3052.209-70 Prohibition on Contracts with Corporate Expatriates; 3052.212-70 Contract Terms & Conditions Applicable to DHS Acquisition of Commercial Items part (b) clauses - 3052.205-70, 3052.228-70, 3052.247-72 & 3052.247-72. (13) Full Text of referenced FAR & HSAR Clauses may be accessed electronically at: http://www.acquisition.gov/far/ http://www.dhs.gov/xlibrary/assets/opo_hsar_jun_2006.pdf �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/09212336a197479fb454147ca1dd4d69/view)
- Place of Performance
- Address: PRI
- Country: PRI
- Country: PRI
- Record
- SN05903712-F 20210131/210129230101 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |