Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2010 FBO #3010
MODIFICATION

S -- Custodial Services San Pedro, CA - Amendment 1

Notice Date
2/18/2010
 
Notice Type
Modification/Amendment
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-MD, 7701 N. Stemmons, Dallas, Texas, 75247, United States
 
ZIP Code
75247
 
Solicitation Number
HSCEMD-10-Q-00008
 
Archive Date
3/11/2010
 
Point of Contact
Christopher L. Jackson, Phone: 2149055448
 
E-Mail Address
Christopher.L.Jackson@dhs.gov
(Christopher.L.Jackson@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Questions and Answers Pricing Schedule Frequency Chart PWS revised This combined synopsis/solictation is hereby amended as follows: 1. Add revised PWS (attachment 1) changes highlighted in red. 2. Add revised Frequency Chart (attachment 2) changes highlighted in red. 3. Add revised Pricing Schedule (attachment 4) changes highlighted in red. 4. Add Post site visit questions 5. Remind offerors that a sample Quality Control Plan is due with their offer. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. Solicitation number HSCEMD-10-Q-00008 is issued as a request for quotations (RFQ) for custodial services at the Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE), L.A. B.E.S.T office, San Pedro, California. This is a 100% small business set aside. The applicable North American Industry Classification Standard (NAICS) code is 561720. The small business size standard is $16 million. DHS ICE anticipates the award of a firm fixed price contract. Period of Performance is base year (12 Months) and two, 1-year option periods estimated to began on April 1, 2010. See Attachment 4 for a list of contract line item number(s) and items, quantities and unit of measures, and options. See Attachment 1 PWS and Attachment 2 Frequency Chart for a description of the requirement. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. The following provisions and clauses are applicable and incorporated by reference and available at www.acquisition.gov/far. 52.212-1, Instructions to Offerors-Commercial (Jun 2008); 52.212-2, Evaluation-Commercial Items (Jan 1999), Basis for Award: Offers will be evaluated based on Lowest Price, Technically Acceptable (LPTA) best value approach, to include the following evaluation factors 1. Capability 2. Past Performance and 3. Price. An award will be made to the offeror whose price is lowest among all offers that were deemed to be technically acceptable. All offeror's who submit an offer shall submit enough detail to allow the government to evaluate their offer. 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009); 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (DEC 2009), Mark an x next to items under b. (8),(18),(19),(21),(22),(24),(38) and c. (1). Offerors who submit an offer shall include their DUNS and CAGE code and have an active Central Contractor Registration. (See Attachment 5) 52.212-3 Representation and Certification - Commercial Items (Aug 2009). An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. 52.217-8 Option to Extend Services (Nov 1999); 52.217-9 Option to Extend the Term of this Contract (Mar 2000), 52.217-5 Evaluation of Options (Jul 1990). Attachment 3, Department of Labor, Wage Determination incorporated. Attachment 7 Custodial Services Inspection Checklist. MANDATORY SITE VISIT: Offerors who plan to provide a offer, must attend a mandatory site visit (unless on record of previously visiting the site for janitorial services within 1 year from today) to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. Date: February 17, 2010 Time: 9:00 A.M. pacific standard time Location: 2001 SOUTH SEASIDE AVE. SAN PEDRO CA 90731 Contractors must provide a list of attendees to include name, company, telephone number and email address to Christopher.L.Jackson@dhs.gov by Day, February 11, 2010 at 4:00 p.m. e.s.t. Contractors who submit their information will be provided access instructions via email. Contractors can also provide any pre-site visit questions. All post-site visit questions are due electronically by email only by February 18, 2010 at 3:00 p.m. e.s.t. Submission of Offer: Offerors shall submit an offer in accordance with the solicitation instructions below. In accordance with FAR 52.212-1 Instructions to Offers- Commercial Items, Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. Offers are due via electronic commerce only, by either email or facsimile on February 24, 2010 at 4:00 p.m. e.s.t., either email to Christopher.L.Jackson@dhs.gov or facsimile to 214-905-5568. Offers must be clearly marked RFQ HSCEMD-10-Q-00008. Recommended format of Offer: Part 1.Technical A. Capability (Offeror shall demonstrate in writing an understanding of this requirement and capability in providing this service, to include Sample Quality Control Plan.) Adjectival Rating: Acceptable - The offeror offer clearly met or exceeded the minimum requirement to perform the work as defined in the PWS. Once deemed acceptable, all offers are considered equal. Unacceptable - The offeror offer did not demonstrate the ability to meet or exceed the minimum requirement to perform the work as defined in the PWS. Offers with an unacceptable rating will not be considered for award. B. Past Performance - Offeror shall provide List of contacts to include business name, POC name, title, telephone number, and email address that the offeror submitted a Past Performance Questionnaire (Attachment 6) for performance involving work that is the same or similar in nature, size, and complexity to the services being procured under this solicitation. Adjectival Rating: Acceptable - The Offeror's record of past performance indicates that there is little or no risk associated with receiving quality products, timely services, and contract performance. Unacceptable - The Offeror's record of past performance indicates that there is high risk associated with receiving quality products, timely services, and contract performance. Offers with an unacceptable rating will not be considered for award. Neutral - In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror may not be evaluated favorably or unfavorably on past performance. Part 2. Price (Pricing Schedule: Attachment 4) Offerors are cautioned that unreasonably low prices may cause your offer to be deemed unacceptable and rejected. Part 3. Representation and Certification (Attachment 5)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-MD/HSCEMD-10-Q-00008/listing.html)
 
Place of Performance
Address: 2001 South Seaside Ave, San Pedro, California, 90731, United States
Zip Code: 90731
 
Record
SN02068296-W 20100220/100218234856-4b3296d786922218203e1fac28fc232b (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.