Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2005 FBO #1203
MODIFICATION

S -- Janitorial Services

Notice Date
3/11/2005
 
Notice Type
Modification
 
NAICS
561720 — Janitorial Services
 
Contracting Office
DHS - Border and Transportation Security, Customs and Border Protection, Procurement Division, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229
 
ZIP Code
20229
 
Solicitation Number
Reference-Number-PRO-05-123
 
Response Due
3/18/2005
 
Archive Date
4/2/2005
 
Point of Contact
Caroline Manning, Purchasing Agent, Phone 915/834-8605, Fax 915/834-8613, - Barbara Aspera, Contract Specialist, Phone 915/834-8609, Fax 915/834-8520,
 
E-Mail Address
caroline.manning@dhs.gov, barbara.aspera@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this amendment is to incorporate the following: 1. Change in Set aside 2. Statement of Work 3. Frequency Charts 4. Additional site added 5. Wage Determinations 6. Clauses 7. Schedule of site visits. The Bureau of Customs and Border Protection (CBP) plans to enter into a contract with a vendor to provide janitorial and grounds maintenance for the US Border Patrol, El Paso Sector (the following locations only, Lordsburg, NM (LOB) / Deming, NM (DNM) / Columbus, NM (DNM) / Truth or Consequences, NM (TCN) / Las Cruces, NM (LAS) / Alamogordo, NM (ALA) / Fabens, TX (FBN) / Fort Hancock, TX (FHT)). This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and is being issued as a request for proposal. This announcement constitutes the only solicitation; No written solicitation will be issued. Solicitation Number PRO-05-123 is used for reference purposes. This is a 100% SET-ASIDE FOR SMALL BUSINESS. The NAICS code for this action is 561720. The Dept of Homeland Security, Bureau of Customs and Border Protection has a requirement for the following: items: The period of performance for CLINS 00010 through 00060 is planned for April 1, 2005 through September 30, 2005 and CLIN 00070 is planned for July 1, 2005 through September 30, 2005: CLIN 00010, quan: 6 MO. Non-personal Service, Janitorial Service to be performed at LOB as stated in the Statement of Work (SOW) and Frequency Chart. $__________ Per month. CLIN 00020, quan: 6 MO. Non-personal Service, Janitorial Services to be performed at DNM (to include Columbus) as stated in the Statement of Work (SOW and Frequency Chart) . $____________ Per month. CLIN 00030, quan: 6 MO Non-personal Service, Janitorial Service to be performed at TCN as stated in the Statement of Work (SOW) and Frequency Chart. $_________ Per month. CLIN 00040, quan: 6 MO Non-personal Service, Janitorial Service to be performed at LAS (to include checkpoints) as stated in the Statement of Work (SOW) and Frequency Chart . $ ___________ Per Month. CLIN 00050, quan: 6 MO Non-personal Service, Janitorial Service to be performed at ALA (to include checkpoints) as stated in the Statement of Work (SOW and Frequency Chart) . $___________ Per Month. CLIN 00060, quan: 6 MO Non-personal Service, Janitorial Service to be performed at FBN as stated in the Statement of Work (SOW) and Frequency Chart. $___________ Per Month. CLIN 00070, quan: 3 MO. Non-personal Service, Janitorial Service to be performed at FHT as stated in the Statement of Work (SOW) and Frequency Chart. $___________ Per Month. CONTRACTOR SHALL PERFORM AND ADHERE TO THE FOLLOWING MINIMUM STANDARDS FOR THE USBP. The Statement of Work sets forth the contract performance requirement for the janitorial services to be provided at the United States Border Patrol El Paso Sector Stations and Checkpoints. The contractor shall provide janitorial services according to the Statement of Work and Frequency Charts. Offerors shall provide up to five references that can verify that they have done the type of work contemplated for this requirement. Offerors shall submit one Reference Information Sheet for each reference including Business name, address, telephone number, point of contact, synopsis of requirement, and period of past performance. Reference Information Sheet shall be used to evaluate past performance. The Government may use past performance information obtained from sources other than the offeror. References provided may or may not be contacted by the government. One contract is anticipated to be awarded as a result of this synopsis and will be awarded to the responsive/responsible offeror who offers the best value to the Government. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-26. The following clauses apply to this solicitation: FAR 52.212-1, Instructions to Offers – Commercial Items; FAR 52.212-2, Evaluation- Commercial Items with the following factors included in FAR 52.212-2(a) used to evaluate offers: . The Government will evaluate the proposals based on (a) Technical capability, (b) Past Performance, (c) Price. Technical Capability and Past Performance when combined are equal to price; FAR 52.212-3, Offeror Representations and Certifications – Commercial Items; 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; FAR 52.211-11, Liquidated Damages – Supplies, Services, or Research & Development; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-41, Service Contract Act of 1965, as Amended; FAR 52.225-1 Buy American Act; FAR 52.225-13, Restriction of Certain Foreign Purchases; FAR 52.232-18 Availability of Funds; FAR 52.232-19, Availability of Funds for the Next Fiscal Year; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.252-1, Solicitation Provisions Incorporated by Reference, the full text of a solicitation provision may be accessed electronically at http://www.arnet.gov/far. There will only be four (4) Scheduled Site Visits. The following is a schedule of visits and Points of Contact: Tuesday, March 8, 2005 - ALA, HIWY 54 Checkpoint 9:00 – 10:00 / POC: SOS Corvinus (505) 437-6960 , 1997 HIWY 54 South 11:30-12:30 / POC: SOS Corvinus (505) 437-6960, HIWY 70 Checkpoint 2:00 – 3:00 / POC: SOS Corvinus (505) 437-6960 Wednesday, March 9, 2005 - TCN 10:00 – 11:00 / POC: Enrique Ontiveros (505) 744-5235, LAS I-25 checkpoint 12:30 – 1:30 / POC: Bert Aldaco (915) 526-9330, LAS HiWY 185 Checkpoint 2:00 - 2:45 / POC: Bert Aldaco (915) 526-9330, 2320 & 2320B 3:00 - 3:45 / POC: Bert Aldaco (915) 526-9330. Thursday, March 10, 2005 - LOB, 8:00 – 9:30 / POC: Mr. Peachy (505) 542-3221, DNM Air OPS Hanger 10:30 – 11:30 / POC: Pilot Curt Mayberry, Columbus Processing Center 12:30 – 1:30 / POC: SBPA Robert Mead, LAS, I-10 Checkpoint 3:00 – 4:00 / POC: Bert Aldaco (915) 526-9330. Friday, March 11, 2005 - FHT – 9:30 –10:30 a.m. / POC: Jessie Lindsey (915) 769-3978 and FBN 11:00- 12:00 a.m. / POC: Bert Aldaco (915) 526-9330 Closing Date for proposals remain the same and will not be extended at this time. Proposals in response to this combined synopsis/solicitation are due not later than Friday, March 18, 2005 4:00 p.m. Mountain time. Electronic and Faxed proposals will not be accepted. Proposals must be postmarked by closing date. The address to submit hard copy proposals is: Customs & Border Protection, El Paso Sector Headquarters, 8901 Montana Avenue, El Paso, Texas 79925, Attn: Caroline Manning. Firms offering in response to this notice should ensure registration in the Central Contractor Registration Database prior to submission for consideration, www.ccr.gov. For further information regarding this acquisition, please contact Caroline Manning at 915-834-8605 or email, caroline.manning@dhs.gov. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (11-MAR-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-BT/USCS/PDDC20229/Reference-Number-PRO-05-123/listing.html)
 
Place of Performance
Address: 8901 Montana Ave. El Paso, Texas
Zip Code: 79925
Country: USA
 
Record
SN00767691-F 20050313/050311215245 (fbodaily.com)
 
Source
FedBizOpps.gov 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.