Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 10, 2008 FBO #2510
SOLICITATION NOTICE

S -- Amended:Janitorial Service - Ref. attached Statement of Work for details

Notice Date
10/8/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate, National Place, washington, D.C., DC 20229
 
ZIP Code
20229
 
Solicitation Number
20038789
 
Response Due
10/8/2008
 
Archive Date
4/6/2009
 
Point of Contact
Name: Rosalind Lawrence, Title: Contarct Specialist, Phone: 202-344-1046, Fax:
 
E-Mail Address
rosalind.lawrence@dhs.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 20038789 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-26. The associated North American Industrial Classification System (NAICS) code for this procurement is 561720 with a small business size standard of $15M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-10-08 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Plattsburgh, NY 12903 The DHS-Customs and Border Protection requires the following items, Exact Match Only, to the following: LI 001, Janitorial Service - Ref. attached Statement of Work. Janitorial services will involve two adjacent buildings: an office building and an aircraft hangar. Most of the work would be required in the 5,500 square-foot office building. The SOW also includes cleaning two hangar bathrooms as well and emptying the trash cans in the hangar. Period of Performance is October 1, 2008 through September 30, 2009. *** SELLERS MUST GO TO WWW.FEDBID.COM TO VIEW ATTACHMENTS ***, 1, EA; For this solicitation, DHS-Customs and Border Protection intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS-Customs and Border Protection is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to providing pricing at www.FedBid.com for this solicitation, each offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to the point of contact in the FBO notice, so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. PAST PERFORMANCE - Each bidder shall provide the attached past performance questionnaire (PPQ) to their company's previous three customers, preferablly government customers. Each customer can submit the completed PPQ to the contract specialist by email to rosalind.lawrence@dhs.gov CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Award Criteria - An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the best overall value to the Government. An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work (attached). If past performance questionnaires are not provided on time, the bid will be deemed non-responsive. All vendors must bid exact match to the SOW and explain how they can fulfill the entire SOW in the space provided Questions - Please submit all questions by email to clientservices@fedbid.com. All questions must be submitted by Tuesday September 30th, 12:00 pm. This buy will then be reposted with a Q&A based on the questions that come in if applicable. FAR 52.217-8 Option to Extend Services. (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. FAR 52.222-41 Service Contract Act of 1965, As Amended (July 2005) is hereby applicable to this solicitation. FAR 52.232-18 Availability of Funds - Funds are not presently available for this contract. The Governments obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. PERSONNEL SECURITY REQUIREMENTS - Building Maintenance and Janitor personnel must be able to pass a Background Investigation or Suitability Screening in order to access the CBP facility. *** SELLERS MUST GO TO WWW.FEDBID.COM TO VIEW ATTACHMENTS *** Added square footage to the line item details. ***A SITE VISIT IS REQUIRED IN ORDER TO BID. ANY SELLERS THAT BID AND DO NOT COMPLETE A SITE VISIT, THEIR BID WILL BE RULED OUT*** Site visits can be arranged by contacting John Dirolf at john.dirolf@dhs.gov, 518-324-5200 X197. Must schedule site visit ahead of time and all site visits must be done by the 8th of October. Please note that this facility requires a scheduled site visit. Please call ahead to schedule the site visit... ***ALL Questions about the specifics of this solicitation must be sent to ClientServices@Fedbid.com***
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c1138eef8865d4d128e0a48728cf0928&tab=core&_cview=1)
 
Place of Performance
Address: Plattsburgh, NY 12903<br />
Zip Code: 12903<br />
 
Record
SN01689977-W 20081010/081008215327-543d4045496b57d001e200a18cce8336 (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.