Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2009 FBO #2704
SOLICITATION NOTICE

S -- Uniform/Rug/Towel Rental Service

Notice Date
4/20/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, El Centro Sector, El Centro, CA 92243
 
ZIP Code
92243
 
Solicitation Number
20043752
 
Response Due
4/22/2009
 
Archive Date
10/19/2009
 
Point of Contact
Name: Cindie Walker, Title: Contracting Officer, Phone: 760 335 5711, Fax: 7603353418
 
E-Mail Address
cindie.walker@dhs.gov;
 
Small Business Set-Aside
N/A
 
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 20043752 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 2005-31. The associated North American Industrial Classification System (NAICS) code for this procurement is 812331 with a small business size standard of $13M. This requirement is unrestricted 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 2009-04-22 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Imperial, CA 92251 The DHS-Customs and Border Protection requires the following items, Exact Match Only, to the following: LI 001, Base Year Date of Award through 9/30/09. Note: In order to be considered Offerors shall limit proposal to 50 pages or less for evaluation. proposals shall be sent to clientservices@fedbid.com and pricing shall be submitted to www.Fedbid.com **PLEASE SEE ATTACHMENTS FOR FURTHER INFO**, 4, MO; LI 002, Option Year One 10/09 to 9/30/10 **PLEASE SEE ATTACHMENTS FOR FURTHER INFO**, 12, MO; LI 003, Option Year Two 10/1/10 to 9/30/11 **PLEASE SEE ATTACHMENTS FOR FURTHER INFO**, 12, MO; 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. 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. 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. 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. Delivery shall be made within 30 days or less after receipt of order (ARO). Award Criteria -- The Fovernment prefers to award one firm-fixed price contract for all locations. However the Government may choose to award separate contracts if it is determined to be in the Government's best interest to do so. Award will be made to the offeror(s) whose offer represents the best value to the Government. Award will be made to the responsive and responsible offeror(s) whose proposal conforms to the solicitations requirements. In addition to the specific evaluation criteria specified herein, the Contracting Officer will consider the following in the selection process. Award shall only be made to an offeror: a. Whose proposal is technically acceptable. b. Whose cost/price is determined reasonable. c. Who is considered to be responsible in accordance with FAR 9.104. Price shal be evaluated for price reasonableness. Options. Option pricing will be evaluated as part of the initial proposal evaluation. The Government may determine that an offer is unacceptable if the option prices are significaltly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). **PLEASE SEE ATTACHMENTS FOR FURTHER INFO**
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=231572fbc130b32e84381c1938f29b67&tab=core&_cview=1)
 
Place of Performance
Address: Imperial, CA 92251<br />
Zip Code: 92251<br />
 
Record
SN01796938-W 20090422/090420221006-231572fbc130b32e84381c1938f29b67 (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.