Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2009 FBO #2952
SPECIAL NOTICE

J -- Notice of Intent to Issue Contract Modification

Notice Date
12/22/2009
 
Notice Type
Special Notice
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
 
ZIP Code
20229
 
Solicitation Number
PIC20045973
 
Archive Date
1/22/2010
 
Point of Contact
Shawna L. Peterson, Phone: 202-344-1817
 
E-Mail Address
shawna.peterson@dhs.gov
(shawna.peterson@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A NOTICE OF INTENT, NOT A SOLICITATION FOR COMPETITIVE PROPOSALS. A SOLICITATION DOCUMENT WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. Fifteen days after publication of this notice, the US Customs and Border Protection Procurement Directorate intends to issue a modification to contract number HSBP10-04-C-000193, an Alaska Native Corp 8(a) awarded Cost-Plus Award-Fee Prime Integration Contract (PIC) for the Integrated Logistics Support and Maintenance of Government-Owned high technology, non-intrusive inspection equipment, awarded to CTSC, LLC formerly Chenega Technology Services Corp, 5911 Kingstowne Village Parkway, Suite 300, Alexandria, VA 22315. The modification will increase the scope of effort originally contracted for and increase costs associated with furnishing project-specific support for the Office of Border Patrol (OBP) consisting of, but not limited to, engineering and project management support, problem resolution, acquisition and installation of project-specific new equipment, and minor construction (less than $2,000) in direct support of specific projects separately identified and funded by OBP. Any such acquisition and installation shall be accomplished in accordance with the provisions of the Federal Acquisition Regulation, as supplemented by the Department of Homeland Security. This work is within the scope of the original contract technical provisions and includes maintaining and repairing buildings, structures, facilities, and their mechanical, electrical, plumbing, sewage and water systems. This existing contract must be used for the following reasons: 1) The contractor is already in the midst of project-specific support for OBP and this new work is needed to complete the current projects and any new projects as a result of unforeseen site conditions. 2) A detailed scope of work can not be prepared. The extent of the work and the resources needed can not be fully determined prior to starting the work, because conditions are different at each individual site. 3) The contractor is responsible for the complete logistics/deployment support, maintenance, and repair of all OBP inspection equipment 4) The scheduling, coordination, quality assurance, and/or subcontracting for the work to be performed are within the scope of the original contract technical provisions and must be accomplished under the terms of the existing contract. The incumbent contractor not only has the management, technical, and administrative skills to efficiently accomplish this work at a reasonable cost, but also the advantage of the flexibility to readily adjust to any unforeseen obstacles encountered during project performance. 5) This contract enables specific projects to begin immediately after need identification and funding without a separate detailed scope of work and thus minimizes the time the equipment and facilities are out of service and the impact on border crossing and commerce. CBP Procurement Directorate intends to use the current CPAF contract to meet its requirements. The contract type was selected to provide the contractor with the greatest incentive for efficient and economical performance, given the types of services to be performed. Furthermore, the existing contractor has experienced personnel that are already on site and ready to perform the work. Accordingly, it is deemed to be in the best interest of the government to use the existing PIC contract to accomplish the requirements listed above. Written inquiries or comments regarding this announcement shall be emailed to the Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/PIC20045973/listing.html)
 
Place of Performance
Address: Customs and Border Protection, 10720-N Richmond Highway, Lorton, Virginia, 22079, United States
Zip Code: 22079
 
Record
SN02029589-W 20091224/091222235247-2df73ae11e2ce52f3087902a7f2e4bbd (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.