Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2010 FBO #2989
MODIFICATION

S -- WildHorse Janitorial

Notice Date
1/28/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
6650 Telecom Drive suite 300, Indianapolis, IN 46278
 
ZIP Code
46278
 
Solicitation Number
20049169
 
Response Due
1/29/2010
 
Archive Date
7/28/2010
 
Point of Contact
Name: Ebrima Conteh, Title: Contract Specialist, Phone: (317) 614-4587, Fax: (317) 298-1344
 
E-Mail Address
ebrima.conteh@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 20049169 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 561720 with a small business size standard of $16.50M. 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 2010-01-29 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Roseau, MN 56751 The DHS Customs and Border Protection requires the following items, Purchase Description Determined by Line Item, to the following: LI 001, BASE YEAR: 6 months of grounds maintenance and 6 months of snow removal(REFER TO SOW FOR FURTHER DETAILS AND PLACE OF PERFORMANCE)POP: February 01, 2010 to January 31, 2011, 12, M; LI 002, BASE YEAR: 12 months of janitorial services(REFER TO SOW FOR FURTHER DETAILS AND PLACE OF PERFORMANCE)POP: February 01, 2010 to January 31, 2011, 12, M; LI 003, OPTION YEAR ONE: 6 months of grounds maintenance and 6 months of snow removal(REFER TO SOW FOR FURTHER DETAILS AND PLACE OF PERFORMANCE), 12, M; LI 004, OPTION YEAR ONE: 12 months of janitorial services(REFER TO SOW FOR FURTHER DETAILS AND PLACE OF PERFORMANCE), 12, M; LI 005, OPTION YEAR TWO: 6 months of grounds maintenance and 6 months of snow removal(REFER TO SOW FOR FURTHER DETAILS AND PLACE OF PERFORMANCE), 12, M; LI 006, OPTION YEAR TWO: 12 months of janitorial services(REFER TO SOW FOR FURTHER DETAILS AND PLACE OF PERFORMANCE), 12, M; LI 007, OPTION YEAR THREE: 6 months of grounds maintenance and 6 months of snow removal(REFER TO SOW FOR FURTHER DETAILS AND PLACE OF PERFORMANCE), 12, M; LI 008, OPTION YEAR THREE: 12 months of janitorial services(REFER TO SOW FOR FURTHER DETAILS AND PLACE OF PERFORMANCE), 12, M; LI 009, OPTION YEAR FOUR: 6 months of grounds maintenance and 6 months of snow removal(REFER TO SOW FOR FURTHER DETAILS AND PLACE OF PERFORMANCE), 12, M; LI 010, OPTION YEAR FOUR: 12 months of janitorial services(REFER TO SOW FOR FURTHER DETAILS AND PLACE OF PERFORMANCE), 12, M; 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. 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 ebrima.conteh@dhs.gov (NOT THROUGH FEDBID.COM) 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. 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. TO HAVE A BID CONSIDERED FOR AWARD, ALL SELLERS MUST PROVIDE MANUFACTURER, PART # AND EXTENDED SPECIFICATIONS OF THE JOB AND/OR EXACT MODEL BEING PROPOSED FOR ALL LINE ITEMS BEFORE THE CLOSE NO EXCEPTIONS. FAILURE TO PROVIDE THIS INFORMATION WILL RESULT IN A 'NON RESPONSIVE' BID AND REMOVAL FROM AWARD CONSIDERATION. To add additional line items, update location of work in the SOW, and to add a new clause for 'Special Bidding Instructions.' Add POP: February 01, 2010 to January 31, 2011 AND for CLARIFICATION: There is about two acres to be mowed. There is about 1800 Sq. feet to be cleaned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/20049169/listing.html)
 
Place of Performance
Address: Roseau, MN 56751
Zip Code: 56751
 
Record
SN02052233-W 20100130/100128235312-09e58eab9c8c576b264c84845450500a (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.