Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2010 FBO #3231
SOLICITATION NOTICE

S -- RPM (RADIATION PORTAL MONITOR) BOOTH MAINTENANCE AND SERVICE.

Notice Date
9/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Customs and Border Protection, Washington, DC 20229
 
ZIP Code
20229
 
Solicitation Number
HSBP1010Q20054928
 
Response Due
9/29/2010
 
Archive Date
3/28/2011
 
Point of Contact
Name: Daniel Stiller, Title: Contract Specialist, Phone: 202-325-4416, Fax: 202-344-3322
 
E-Mail Address
daniel.g.stiller@cbp.dhs.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
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 HSBP1010Q20054928 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 2005-44. 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 2010-09-29 17:30:00.0 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, Exact Match Only, to the following: LI 001, RPM CLEANING SERVICES for 20 BoothsBase Year, FY2011 - Oct 1, 2010 through Sept 30, 2011, 12, MON; LI 002, RPM CLEANING SERVICES for 20 BoothsOption Year One, FY2011 - Oct 1, 2011 to Sept 30, 2012, 12, MON; LI 003, RPM CLEANING SERVICES for 20 BoothsOption Year Two, FY2011 - Oct 1, 2012 through Sept 30, 2013, 12, MON; LI 004, RPM CLEANING SERVICES for 20 BoothsOption Year Three, FY2011 - Oct 1, 2013 through Sept 30, 2014, 12, MON; LI 005, RPM CLEANING SERVICES for 20 BoothsOption Year Four,FY2011 - Oct 1, 2014 through Sept 30, 2015, 12, MON; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** 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 Items ONLY; NO remanufactured or "gray market" items. All supply items must be new and covered by the manufacturer's warranty if applicable. Bid MUST be good for 30 calendar days after close of Buy. Any shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. 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. Offeror must show for work within two business days after it receives a purchase order from the buyer. 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/ 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. Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). Award 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 or listed specs whichever is applicable to the buy. 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.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. For Exact Match Services Buys Only- In order for a sellers bid to be 'responsive' and considered for award, the seller is REQUIRED to document exactly how they intend to meet the requirements of the SOW. They shall document statement detailing the service for evaluation. Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. ***A SITE VISIT IS HIGHLY SUGGESTED IN ORDER TO BID.*** Site visits can be arranged by contacting Chief James A. Furnish at james.furnish@dhs.gov. Site visit location is as follows: Customs and Border Protection, 301 E. Ocean Blvd, Suite 1435, Long Beach, CA 90802. Please e-mail the point of contact in advance to confirm site visit attendance by Close of Business (COB) September, 27, 2010.Recommended site visit date/time: September 28, 2010, 11:25AM PDT. ***ALL Questions about the specifics of this solicitation must be sent to ClientServices@fedbid.com*** Visitors will be escorted by either SCBPO Ichikawa or Chief James A. Furnish at APL Main and Rail booths. Potential offerors wishing to attend a site visit shall show in the Shoreline Building from lobby. Potential offerors shall have picture Id's (i.e. driver's license) to show at the security gate. Please indicate when confirming attendance with Chief James A. Furnish, the number of people who will show for the visit. Each offeror shall provide the attached past performance questionnaire (PPQ) to their company's previous three customers, preferably government customers. Each customer can submit the completed PPQ to the contract specialist by e-mail daniel.stiller@dhs.gov. All questionnaires must be submitted by COB, September 29, 2010, 1800 EDT. All offerors must bid exact match to the attached Statement of Work for the base year and each option year and explain how they can fulfill the entire Statement of Work in a separate attachment. FAR 52.212-5 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, 32.222-26, 52.222-35,52.222-36, 52.222-37, 52.225-13, and 52.232-34. The full text of a FAR clause may be accessed electronically at http//www.acqnet.gov/far. FAR 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 52.222-41 Service Contract Act of 1965, As Amended (July 2005), is hereby applicable to this solicitation. FAR 52.202-1, 52.203-5, 52.203-6, 52.203-7, 52.211-5, 52.216-24, 52.216-25, 52.222-3, 52.222-19, 52.222-50, 52.223-14, 52.225-13, 52.225-18, 52.232-1, 52.233-2, 52.233-3, 52.233-4, 52.243-1, and 52.244-6 are hereby incorporated by reference. Building Maintenance and Janitorial personnel must be able to pass a Background Investigation or Suitability Screening in order to access the CBP facility.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/HSBP1010Q20054928/listing.html)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02297939-W 20100929/100927234616-50b86021177760e195f5f7b793053a88 (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.