Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 07, 2006 FBO #1776
SOLICITATION NOTICE

35 -- High Efficiently Particulate Arrestor (HEPA) Filtration System

Notice Date
10/5/2006
 
Notice Type
Solicitation Notice
 
NAICS
333411 — Air Purification Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Office of Procurement, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229
 
ZIP Code
20229
 
Solicitation Number
HSBP1007Q0933
 
Response Due
10/17/2006
 
Archive Date
10/31/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Homeland Security (DHS), Customs and Border Protection (CBP), U.S. Border Patrol (USBP), Laredo Sector, Laredo, Texas, is issuing a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations document (FAR) Subpart 12.6, in conjunction with FAR 13.5, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotes are being requested and a written solicitation will not be issued. The solicitation number is HSBP1007Q0933 and is issued as a request for quotation (RFQ). This procurement is set-aside for small businesses only. Interested offerors may submit a quote. The North American Industrial Classification System (NAICS) code is 333411. One firm-fixed price contract is anticipated to be awarded as a result of this solicitation. General: All work will be done between 8:00 AM and 4:30 PM Monday through Friday. All work will be done so that it does not conflict with the operation of the Border Patrol. Contractor will contact the Maintenance Facility Supervisor before any work is performed. Contractor will be aware that this work will be conducted in holding cells that will be housing un-documented aliens and will ensure that he or she will contact an agent if the cell need to be entered. The contractor shall service 15 HEPA units throughout the USBP Laredo Sector. See locations and model number of unit below. Services shall include test and inspection of 15 HEPA units. Locations: Point of Contact: Ernest Baron @ (512) 521-7926, San Antonio Station, 5000 N.W. Industrial Dr, San Antonio, TX 78238, 3 ea, Model HUFP 650 units; Point of Contact: Alex Rodriguez @ (956) 726-2920, Laredo South Training, 3801 South Zapata Highway, Laredo, TX 78043, 2 ea, Model HUFP 650 units; Point of Contract: Sergio Hernandez @ (361) 698-5401, Freer Checkpoint, 18 miles west of Freer, TX, 1 ea, Model HUFP 650 and 1 ea, Model HUFP 350; Point of Contract: Sergio Hernandez @ (361) 698-5401, Freer Station, 5087 Highway 44, Freer, TX 78357, 2 ea, Model HUFP 650 units; Point of Contact: Roberto Santos @ (361) 886-1702, Highway 16 checkpoint, 4 miles south on Highway16, Hebbronville, TX, 1 ea, Model HUFP 650 and 1 ea, Model HUFP 350 units, Point of Contact: Roberto Santos @ (361) 886-1702, Highway 359 checkpoint, 16 miles west on Highway 359, near Burni, TX, 1 ea, Model HUFP 650 and 1 ea, Model HUFP 350 units; Point of Contact: Matt Downey @ (956) 764-3603, Laredo South Border Patrol Station, 9001 San Dario Ave, Laredo, TX 78045, 2 ea, Model HUFP 650 units. Testing will include Air Flow by Air Velocity meter that will measure cubic feet/minute, measuring air changes/hours, measure negative pressure in the holding cells, smoke test to indicate direction and testing and inspecting all gauges to determine proper operation. Overall inspection of the entire HEPA units and ultra fine particle count for efficiency of HEPA core pre filters. The contractor shall also supply the sector during the annual service with 208 each, CIF-01, 20 x 20 x 1, 14/40, 3-ply pre filters; and 36 each CIF-13, 13 x 13 x 1, 15/40, 3-ply pre filters. The pre filters are to be included once in year in the service visit and the U.S. Border Patrol will incur no additional cost for the delivery of pre filters. At the end of the service visit a report with the results and any recommendations shall be provided to the Maintenance Facility Supervisor. CLIN 0001. June 2007 Service $_______ CLIN 0002. June 2008 Service $_______ CLIN 0003. June 2009 Service $_______ CLIN 0004. June 2010 Service $_______ CLIN 0005. June 2011 Service $_______ The required services will be an annual service visit to be performed during the month of June. Specific dates shall be coordinated with the location point of contact. The contract will have one base period and four one-year options, for the period of June 2007 through June 2011. The Government reserves the right to exercise the options. Offerors shall provide at least three recent references for similar services provided. Include the organization name, address, phone number, point of contact. Offerors may be disqualified if no references are provided. Evaluation/Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror (as defined in FAR Part 9) whose offer conforms to the solicitation, meets the technical requirements and is the lowest priced and has favorable past performance. SECURITY REQUEIREMENTS: All U.S. Border Patrol stations, checkpoints, range and Sector Headquarters are considered secure areas. All personnel who will work within these areas will be subject to a security check in order to perform work within these areas; Upon award, the contractor shall submit a list of name(s) of individuals assigned to work on the premises. The list must include names, social security numbers and a copy of the individual?s driver?s license. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-09. The following FAR clauses and provisions apply to this acquisition: 52.212-1, Instructions to Offerors, Commercial Items. The provisions of FAR 52.212-2, Evaluation, Commercial Items, applies to this acquisition. 52.212-3 Offeror Representations and Certifications-Commercial Items: Offerors are requested to provide a completed copy of this provision with their offer. Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 51.212-3 Offeror Representations and Certifications-Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. FAR 52.212-4 Contract Terms and Conditions/Commercial Items apply. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition Supervision Labor and Materials. The following clause within paragraph 52.212-5(b) apply to this solicitation. FAR 52.219-6 Notice of Total Small Business Set-Aside. FAR 52.217-9 Option to Extend the Term of the Contract. Commercial Items applies to this acquisition along with the following FAR clauses cited within this clauses; 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action of Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.225-1 Buy American Act Supplies, 52.225-13 Restriction on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. FAR 52.204-7 Central Contractor Registration (CCR) requirement; vendor must be registered on CCR before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR website at http://www.ccr.gov. These provisions and clauses are incorporated by reference and the full text of a FAR clause may be accessed electronically at http://www.arnet.gov/far. This solicitation is posted and will end on Tuesday, October 17, 2006 at 5:00 PM Central Time. All responsible sources should submit a response to the Procurement Office attention: Patricia Pequeno, Customs and Border Protection, U.S. Border Patrol, 207 W. Del Mar Blvd., Laredo, TX 78041. For information related to this solicitation you may contact Patricia Pequeno, Contract Specialist, at telephone number (956) 764-3282, Fax (956) 764-3272, Email: patricia.pequeno@dhs.gov or Sharon Lim, Contracting Officer, telephone number (202) 344-1112, Fax (202) 344-1812, Email: sharon.lim@dhs.gov.
 
Place of Performance
Address: 207 W. Del Mar Blvd., Laredo, TX
Zip Code: 78041
Country: UNITED STATES
 
Record
SN01161907-W 20061007/061005220217 (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.