Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2007 FBO #2120
SOLICITATION NOTICE

59 -- PM

Notice Date
9/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, Laguna Administrative Center, 24000 Avila Road 5th Floor, Laguna Niguel, CA, 92677, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCEOP-07-Q-00105
 
Response Due
9/20/2007
 
Archive Date
10/5/2007
 
Description
This is a quotation (RFQ) 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 quotation and a written quotation will not be issued. Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE) is requesting a quotation to provide repair, testing and preventive maintenance services on the facility?s installed emergency generators and fire protection systems, hand held fire extinguishers, emergency lighting and emergency exist signs at a firm fixed price. Contractors shall be able to meet the following Government requirements: 1) Repair, Test and Preventive Maintenance (PM) work in accordance with manufacturer?s guidelines; 2) Perform per-call repairs and recommendations for 3 emergency generators. Period of Performance will be 08/01/2007 through 07/31/2008 with four (4) one year option periods. The quoter shall submit the following for consideration: (1) a narrative addressing the above Government requirements; (2) PM pricing per year for the base and each option year (3) per-call service pricing for the base year and each option year. The Government will award on an all or none basis. FAR 52.212-2 Evaluation-Commercial Items applies with evaluation factors of: (1) availability to meet requirements; (2) performance availability; (3) price. The following FAR Clauses are incorporated by reference: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, which incorporate the following Clauses: 52.219-6 Notice of Total Small Business Set-Aside; 52.222-3 Convict Labor; 52.222-19 Child Labor- Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Affirmative Action for Disabled Veteran Era (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-41 Service Contract Act of 1965, as Amended; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.222-43 Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts); 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act; 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121 and 13129); and 52.225-15 Sanctioned European Union Country End Products; 52.225-16 Sanctioned European Union Country Services; 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration. Additional FAR clauses to be incorporated by reference: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.217-5 Evaluation of Options; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract (1day, 1 day); 52.232-19 Availability of Funds for the Next Fiscal Year; 52.237-1 Offerors will complete the information in FAR 52.212-3 Offeror Representations and Certifications - Commercial Items and submit their representation and certifications via ORCA at http://orca.bpn.gov in response to this RFQ. The Offeror may obtain the full text of the clauses electronically at web site http://www.arnet.gov/far. Request for Quotation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-18. The North American Industry Classification System Code (NAICS) is 811310; Size Standard is $12 Million. Closing date or response date for this synopsis/quotation ECC070070 is September 20, 2007 at 4:00pm, Pacific Time. Only written responses will be accepted. This requirement is a small business set-aside. Responses can be faxed to (949)-360-3013, Attn: Natasha Nguyen, or E-mail in MS Word format. All responsible sources may submit a quotation, which will be considered by the agency. Oral communications are not acceptable in response to this notice.
 
Place of Performance
Address: Immigration & Customs Enforcement, Detention & Removal Operations, 1115 N. Imperial Ave, El Centro, CA
Zip Code: 92243
Country: UNITED STATES
 
Record
SN01407001-W 20070916/070915193453 (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.