Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 01, 2009 FBO #2593
SOLICITATION NOTICE

S -- Janitorial/Cleaning Services

Notice Date
12/30/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W Ste 1310, Washington, DC 20229
 
ZIP Code
20229
 
Solicitation Number
HSBP1009Q2208
 
Response Due
12/31/2008
 
Archive Date
6/29/2009
 
Point of Contact
Name: Brice Winston, Title: Contract Specialist, Phone: 202-344-3645, Fax:
 
E-Mail Address
brice.winston@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 HSBP1009Q2208 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 2008-12-31 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The DHS-Customs and Border Protection requires the following items, Exact Match Only, to the following: LI 001, Base Year Period of Performance 01 January 2009 through 30 September 2009. Janitorial services within the AT-CET, Cargo Clearance WICO offices on St. Thomas, VI and the St. John office. The vendor shall perform the following services daily commencing from date of purchase order award. Vendor shall be responsible for supplying the materials necessary to provide each of the services as follows:Sweeping and moping of all floor surfaces (floors buffed to a shine as needed); Dusting of furniture, cubicles, window frames and office equipment; Removal and disposal of trash; Cleaning and disinfecting restroom fixtures which includes toilet bowls, sinks and urinals; Replenish paper and soap products as needed; Walls (Spot Cleaned), doors, wood surfaces, A/C diffusers and areas that have a high reach will also have to be cleaned, occasionally. *** Vendor must be fully insured and licensed to do business in the US Virgin Islands. SEE ATTACHED SOW FOR LOCATIONS., 9, Months; LI 002, Option Year 1 POP (10/1/09 - 9/30/10), 12, Months; LI 003, Option Year 2 POP (10/1/10 - 9/30/11), 12, Months; LI 004, Option Year 3 POP (10/1/11 - 9/30/12), 12, Months; LI 005, Option Year 4 POP (10/1/12 - 9/30/13), 12, Months; 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. Bid MUST be good for 30 calendar days after close of Buy. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 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 the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. ***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 respective POCs in the attached SOW. (Please DO NOT CONTACT FOR QUESTIONS NOT PERTAINING TO SITE VISIT). Site visit locations are as follows: SEE ATTACHED STATEMENT OF WORK. Please email the point of contact by 12:00 NOON Tuesday, December 30, 2008 to confirm site visit attendance... ***ALL Questions about the specifics of this solicitation must be sent to ClientServices@Fedbid.com*** 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). 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. Please submit all questions by email to clientservices@fedbid.com. This buy will then be reposted with a Q&A based on the questions that come in if applicable. Building Maintenance and Janitorial personnel must be able to pass a Background Investigation or Suitability Screening in order to access the CBP facility.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=08c256c934b3c398d871edf11f305da1&tab=core&_cview=1)
 
Place of Performance
Address: Multiple shipping information.<br />
Zip Code: Multiple<br />
 
Record
SN01725211-W 20090101/081230214541-08c256c934b3c398d871edf11f305da1 (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.