Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2010 FBO #3249
MODIFICATION

S -- Janitorial/Groundskeeping Services - CBP Port of Scobey, MT

Notice Date
10/15/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
1300 Pennsylvania Avenue, N.W Ste 1310, Washington, DC 20229
 
ZIP Code
20229
 
Solicitation Number
HSBP1011Q20057607
 
Response Due
10/21/2010
 
Archive Date
4/19/2011
 
Point of Contact
Name: Brice Winston, Title: Contract Specialist, Phone: 202-344-3645, Fax:
 
E-Mail Address
brice.winston@dhs.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELLATION 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 HSBP1011Q20057607 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 2005-46. 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 2010-10-21 17:00:00.0 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, Meet or Exceed, to the following: LI 001, Base Year Period of Performance (POP) 01 November 2010 through 30 September 2011. SEE ATTACHED STATEMENT OF WORK FOR REQUIREMENTS, 11, Months; LI 002, Option Year 1 POP (10/1/11 - 9/30/12)- SEE ATTACHED STATEMENT OF WORK FOR REQUIREMENTS, 12, Months; LI 003, Option Year 2 POP (10/1/12 - 9/30/13)- SEE ATTACHED STATEMENT OF WORK FOR REQUIREMENTS, 12, Months; LI 004, Option Year 3 POP (10/1/13 - 9/30/14) - SEE ATTACHED STATEMENT OF WORK FOR REQUIREMENTS, 12, Months; LI 005, Option Year 4 POP (10/1/14 - 9/30/15)- SEE ATTACHED STATEMENT OF WORK FOR REQUIREMENTS, 12, Months; 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. Bid MUST be good for 30 calendar days after close of Buy. 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. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. No partial shipments are permitted unless specifically authorized at the time of award. 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. ***A SITE VISIT IS HIGHLY SUGGESTED FOR BEFORE BIDDING. Site visits can be arranged by contacting Cynthia Weston at Cynthia.Weston@dhs.gov(DO NOT CONTACT FOR QUESTIONS NOT PERTAINING TO SITE VISIT). Please email the point of contact by 12:00 NOON MST, Tuesday October 12, 2010 to schedule a site visit. All site visits should be completed by 12:00 NOON MST Wednesday, October 13, 2010. ***ALL Questions pertaining to the specifics of this solicitation must be sent to ClientServices@Fedbid.com*** 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 best overall value to the Government. An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work (attached). 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 52.217-9 Option to Extend the Term of the Contract. Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. FAR 52.222-41 Service Contract Act of 1965, As Amended (July 2005) is hereby applicable to this solicitation. Building Maintenance and Janitorial personnel must be able to pass a Background Investigation or Suitability Screening in order to access the CBP facility. Award is contingent upon the availability of funds per FAR 52.232-18 -- Availability of Funds. 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. 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. 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). 1. Q - Please indiciate the size of the janitorial in square footage terms. Plus,what is the square footage of the grounds maintenance contract? A - Building (Sq. Ft. 1495); Grounds (Sq. Ft. 175,320) 2. Q - Will storage space for company equipment be provided? A - There is storage space for janitorial equipment and a locker for supplies. There are no locker rooms but there is a storage locker for supplies. 3. Q - Will the customer please identify the total square footage of the area that this solicitation refers to, both inside and outside areas? It is imperative to know the size so we can figure out how many employees can effectively and efficiently do the job requirement under this scope of work. A - Reference Q&A #1
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/HSBP1011Q20057607/listing.html)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02311876-W 20101017/101015233921-695e4b466a00a0b5af966b3b6fd0b9ab (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.