Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2007 FBO #1984
SOLICITATION NOTICE

X -- Rental/Lease of Warehouse

Notice Date
5/1/2007
 
Notice Type
Solicitation Notice
 
NAICS
532299 — All Other Consumer Goods Rental
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSBP1007R1101A
 
Response Due
5/16/2007
 
Archive Date
5/31/2007
 
Description
The Customs and Border Protection (CBP), United States Border Patrol (USBP), Rio Grande Valley Sector (RGV), McAllen /Edinburg, Texas City Limits Area is requesting a firm-fixed price quotation for the rental of Warehouse space. 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. This is a 100% SET-ASIDE FOR SMALL BUSINESS with a North American Industrial Classification Systems (NAIC) of 532299. One contract is anticipated to be awarded as a result of this solicitation. The term will be for a base period beginning on the date of the Award to September 30, 2007, plus four one-year options, for the period of October 1, 2008 to September 30, 2012. Contractor shall provide fixed prices for the base period and option years as indicated below.: Base Period CLIN 10: Lease of Warehouse per month $__________per month Option Year 1 CLIN 20: Lease of Warehouse per month $__________per month. Option Year 2 CLIN 30: Lease of Warehouse per month $__________per month. Option Year 3 CLIN 40: Lease of Warehouse per month $__________per month. Option Year 4 CLIN 50: Lease of Warehouse per month $__________per month. Statement of Work: 1. Background: The U.S. Border Patrol, Rio Grande Valley (RGV) Sector has a need for additional warehouse space. RGV Sector has outgrown its current location due to staffing and equipment enhancements. The current facility can not accommodate additional storage for supply and excess equipment inventories. This situation requires our agency to seek outside storage facilities to store our overflow. 2. Objectives: Rental of storage space in the McAllen or Edinburg City Limits. The location building must be within a 10-mile radius of RGV. 3. Scope / Task Storage Unit / Warehouse must be approximately 5,000 square ft. with concrete floors capable of sustaining a 5,000-lb. warehouse forklift. Ceiling height of warehouse will be a minimum of 16 feet from the lowest point. Electrical lighting throughout and have ability to accommodate a 240-volt electric charger for 5,000-lb. electric forklift. One manual or electric overhead door with a minimum height of 10 feet by 14-ft. wide is required along with at least one single door entrance with a minimum height of 6 feet by 3 feet. Accessibility to warehouse must accommodate loading and unloading of semi-truck and trailer either utilizing existing loading dock with dock plates or ramp to drive electric forklift into the warehouse. Warehouse must be accessible 24 hours a day, 7 days a week. Warehouse must meet all federal, state, county, and city fire and safety codes and/or regulations. Quarterly pest control service must be included. This service must control household & warehouse pests such as roaches, silverfish, spiders, rodents, snakes, possums and skunks. Warehouse shall be of metal and concrete construction and free of all hazardous building material ex. Asbestos, mold, lead, radioactive or nuclear materials and any other material that may be harmful or hazardous to humans if inhaled or absorbed from exposure. 4. Government ? Furnished Equipment The government will store in the rented space storage racks and a 5K lb Electric Forklift for government use only. 5. Security: Warehouse shall have a 24-hr security system with monitoring to the local Police Department. Warehouse must be secure and have very few or no windows. For security purpose no windows are preferred. Lessor or Owner will not have access to security code or spare keys to warehouse. 6. Period of Performance: The period of performance is from date of award through September 30, 2007. After the base period, the lease shall be renewable on an annual basis. The government has the right to cancel or terminate the lease at any time after providing the contractor a 30-day notice. 7. Evaluation of Technical Capability Evaluation of proposals will for technical capability shall consist of the following to sub-factors: 1) Contractors Proposal demonstrating ability to comply with statement of work requirements and all terms and conditions of the solicitation. 2)Site Visit - Shall consist of a site visit to the offerors proposed warehouse facility that will encompass evaluation of (but is not limited to) the following: a) Facility, for example: cleanliness, location, security (alarm system in place), structure of the building and overall general condition of the facility. The Government may not make an award based on unacceptable findings from the site visit. 8. Evaluation of Prices and rationale for Award Price evaluation will be conducted by adding the total price(s) of the monthly lease for the base and all option years. Award shall be made to that responsible offeror, whose offer, conforming to the solicitation, is determined to he the best overall response, price and other factors considered. In the event two or more offers are assessed as substantially equal, award will be made to the lowest price. 9. Special Instructions / Considerations: Due to this timetable, no new construction alternative will be considered. Warehouse must be ready for occupancy no than the May 1, 2007. Warehouse price shall be all-inclusive; electrical, alarm monitoring, pest control, building preventive maintenance and repairs are all included in the monthly price based on square ft or monthly price. Vendor will be required to register in the Central Contractor?s Registration before contract award in order to receive payment. Registration can be complete via the Internet, at www.ccr.gov. The government has the right to cancel or terminate lease at anytime after providing contractor with a 30-day written notice. The following FAR clauses and provisions apply to this acquisition: FAR 52.212-2 Evaluation?Commercial Items. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; and, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402), 52.204-7 Contractor Central Registration; 52-217-9 Option to extend the term of the contract a) The Government may extend the term of this contract by written notice to the Contractor within 30 days of contract expiration or as soon as funds became available; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least days 30 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. 52.219-6, Notice of Total Small Business Set-Aside (June 2003) 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Apr 2002) E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans Sept 2006) (38 U.S.C. 4212), 52.225-1 Buy American Act Supplies (JUN 2003). 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), FAR 52.232-19, Funds for the Next Fiscal Year will not be available (beyond September 30, 2007). The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.244-6 Subcontracts for Commercial Items; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract. These provisions and clauses are incorporated by reference. The full text of a solicitation provision may be accessed electronically at http://www.arnet.gov/far. Written proposals are due April 27, 2007, 3:00 p.m., Central Standard Time. Proposals shall be submitted to: Customs & Border Protection, Rio Grande Valley Sector, 4400 South Expressway 281, Edinburg, TX 78539 ATTN: Procurement Office- Horacio Valle. Faxed Proposals are acceptable and shall be faxed to (956) 289-5837. Proposals may also be submitted electronically, however, electronic submittals are due 24hrs prior to the date for hard copy submittals. Electronic Proposals shall be submitted to the following address: horacio.valle@dhs.gov. Point Contact: Horacio Valle, Purchasing Agent (956) 289-4872.
 
Place of Performance
Address: Address: Customs & Border Protection U.S. Border Patrol 4400 S. Expressway 281 Edinburg, TX 78539,
Zip Code: 78539
Country: UNITED STATES
 
Record
SN01284645-W 20070503/070501220315 (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.