Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 15, 2009 FBO #2882
MODIFICATION

R -- General Maintenance Worker - Jacksonville Air and Marine Branch

Notice Date
10/13/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
1331 Pennslyvania Ave, Washington, DC 20229
 
ZIP Code
20229
 
Solicitation Number
20052322
 
Response Due
10/19/2009
 
Archive Date
4/17/2010
 
Point of Contact
Name: John Fales, Title: Contract Specialist, Phone: 2023442557, Fax: 2023441254
 
E-Mail Address
john.fales@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 20052322 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 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 561210 with a small business size standard of $35.50M. 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 2009-10-19 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, Purchase Description Determined by Line Item, to the following: LI 001, Base Year POP from December 15, 2009 - December 14, 2010 for the Jacksonville Air and Marine Branch General Maintenance Worker - Sellers must submit a bid that meets all requirements listed in the SOW and all requirements viewed during the required site visit. ** Sellers must go to www.FedBid.com to view the Statement of Work **, 12, months; LI 002, Option Year 1 - POP from December 15, 2010 - December 14, 2011 for the Jacksonville Air and Marine Branch General Maintenance Worker - Sellers must submit a bid that meets all requirements listed in the SOW and all requirements viewed during the required site visit., 12, months; LI 003, Option Year 2 - POP from December 15, 2011 - December 14, 2012 for the Jacksonville Air and Marine Branch General Maintenance Worker - Sellers must submit a bid that meets all requirements listed in the SOW and all requirements viewed during the required site visit., 12, months; LI 004, Option Year 3 - POP from December 15, 2012 - December 14, 2013 for the Jacksonville Air and Marine Branch General Maintenance Worker - Sellers must submit a bid that meets all requirements listed in the SOW and all requirements viewed during the required site visit., 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. Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the Included in another line item function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid Submit a Question feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid being determined to be non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 90 calendar days after close of Buy. CCR Requirement & ORCA Requirement : 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. -- ORCA Requirement - Company must be registered on Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov/ Delivery / Start Date must be no later than the dates listed in the SOW. Commercial Items Terms and Conditions- 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. AWARD EVALUATION 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 Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work (attached). 52.232-18 Availability of Funds & 52.232-19 Availability of Funds for the Next Fiscal Year.52.232-18 Availability of Funds. As prescribed in 32.705-1(a), insert the following clause: Availability of Funds (Apr 1984) 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. (End of clause) 52.232-19 Availability of Funds for the Next Fiscal Year. As prescribed in 32.705-1(b), insert the following clause in solicitations and contracts if a one-year indefinite-quantity or requirements contract for services is contemplated and the contract (a) is funded by annual appropriations and (b) is to extend beyond the initial fiscal year (see 32.703-2(b)): Availability of Funds for the Next Fiscal Year (Apr 1984) Funds are not presently available for performance under this contract. The Governments 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. No legal liability on the part of the Government for any payment may arise for performance under this contract, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of clause) Required Mandatory Site Visit- There will be a required site visit on Tuesday October 20, 2009 at 10:00 AM ET. Any seller that wishes to attend is required to RSVP no later than Friday October 16, 2009 at 3:00 PM ET. In order to RSVP sellers must notify FedBid that they will attend AND send an email to Brenda.Durant@dhs.gov and Heather.Robinson@dhs.gov with their name, company, home address, and social security number in order to obtain base access to participate in the site visit. Please also be sure to CC the contract specialist on this email john.fales@dhs.gov Questions - All questions and concerns on this project will handled at the required site visit. If a seller has any question or concern that cannot be addressed at the required site visit, the must submit the question through the FedBid system. Sellers must go to www.FedBid.com to view the Statement of Work. Sellers must submit a bid that meets all requirements listed in the SOW and all requirements viewed during the required site visit. ** Sellers must go to www.FedBid.com to view the Statement of Work ** Service Contract Act 52.222-41 Service Contract Act of 1965, As Amended (July 2005) is hereby applicable to this solicitation. Also - see attachment WDOL for detailed information regarding specific minimum WAGE DETERMINATIONS for this procurement 52.217-8 Option to Extend Services 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 52.217-9 Option to extend the term of the contract. UPDATED SITE VISIT DATE - NOW THE required site visit will be held on Tuesday October 20, 2009 at 10:00 AM ET.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/20052322/listing.html)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN01984557-W 20091015/091013234751-4b041da8f5495f549201b626b66caae7 (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.