Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2010 FBO #3311
SOLICITATION NOTICE

S -- Trash Pickup and Removal Services - Full Solicitation

Notice Date
12/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-DM, 801 I Street, NW, Suite 910, Washington, District of Columbia, 20536, United States
 
ZIP Code
20536
 
Solicitation Number
192111FAO00000027
 
Archive Date
1/20/2011
 
Point of Contact
Arnold P. Casterline, Phone: 2027322394, Charles W. James, Phone: 2027322544
 
E-Mail Address
arnold.casterline@dhs.gov, Charles.W.James@dhs.gov
(arnold.casterline@dhs.gov, Charles.W.James@dhs.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This is the full solicitation that show the clin structure for this requirement. This is the past performance Questionnaire. These are the Security Requirements for this contract. This is the Statement of Work for the requirement. This is the Wage Determination for this requirement as published by Department of Labor at www.wdol.gov. Synopsis/Solicitation Port Isabel Detention Center Trash Service for Immigration and Customs Enforcement (ICE) This solicitation is an 8A small business set aside. Any proposal received by a vendor that is not a SBA certified 8A contractor will be noncompliant and removed from consideration. This is a combined synopsis/solicitation for commercial services prepared in accordance with The Federal Acquisition Regulation Part 12, subpart 6-Streamlined Procedure for Evaluation and Solicitation for Commercial Items. Proposals are being requested as official Request for proposal (RFP) under the Federal Acquisition Circular Fac. 2005-46 (Effective 29 Oct 2010). The NAICS code is 562111. Immigration and Customs Enforcement (ICE) has a requirement to award a Firm-Fixed Price contract to the best Offeror for Trash Pickup and Removal Service at the Port Isabel Detention Center located in Los Fresnos, Texas. This contract will be a base and four one year options with a planned period of performance of 2/01/2011 to 1/31/2016 if all options are exercised. Please submit one price proposal for the trash removal services consisting of the following line Items. Questions regarding this synopsis/solicitation are due no later than Tuesday December 28, 2010; 12:00 pm. (Eastern Time). Response and submittal (proposal) should be received as soon as possible, but no later than 3:00pm (Eastern Time) Wednesday, January 05, 2010. The Offeror shall also provide (1) the name, title, phone number, fax number, mailing address and email address of the points of contact ;(2) the nine digit DUNS (verification of vendor in CCR). The Offeror is required to propose their best solution and submit a detailed price proposal as stated above. The technical and price proposals shall be in separate attachments (once submitted). No information pertaining to price shall appear in the technical proposal. The technical volumes shall address offerors approach to meeting requirements. Format for Proposal: 1. Pricing - the offeror shall provide a total price for each item listed: 2. Contractor Information: a) Provide the name, title, telephone number, fax number, and email address of the point of contact. b) Provide the nine-digit DUNS and the nine-digit TIN. DUNS is used to verify that the vendor is in CCR and an 8A small business for the NAICS specified. The Taxpayer Identification Number is necessary for electronic payment. By submitting a proposal, the Offeror acknowledges the Government requirement to be in the Central Contractor Registration (CCR) database prior to award of any contract. Information about CCR may be found at www.ccr.gov. c) If you have not completed the annual representations and certifications electronically at http://orca.bpn.gov, please fill in the representations and certifications in the Solicitation. If you use ORCA, then do not fill out and sign those pages. Full Solicitation is included as an attached Document. Past performance questionnaire is an attached document. Statement of Work is included as an attached document. Security Requirements for contractor employees perform this service is an attached document. The following DHS Provisions are applicable: *3052.209-70 Prohibition on Contracts with Corporate Expatriates *3052.204-90 Unauthorized Use of Name The following FAR provisions and clauses apply to this acquisition: 52.202-1 Definitions (July 2004) 52.204-7 Central Contractor Registration (April 2008) 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (Jul 2010) 52.212-1 Instructions to Offerors-Commercial Items (June 2008) 52.212-2 Evaluation- Commercial Items. Award will be based on 1) Technical capability per the SOW 2) Ability to meet pickup schedule 3) Past Performance and 4) Price. Technical capability (Factor 1) is more important than Factors 2, 3 and 4. Factors 2 and 3 are weighted equally, but are weighted more than Factor 4 (Price). (Jan 1999) 52.212-3 Offerors Representatives and Certifications-Commercial Items (Aug 2009) 52.212-4 Contract Terms and Conditions--Commercial Items (March 2009) 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders (Feb 2010) 52.217-8 Option to Extend Services (Nov 1999) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) 52.222-3 Convict Labor (June 2003) 52.222-21 Prohibition of Segregated Facilities (February 1999) 52.222-26 Equal Opportunity (March 2007) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, And Other Eligible Veterans (September 2006) 52.222-36 Affirmative Action for Workers With Disabilities (June 1998) 52.222-37 Employment Reports On Special Disabled Veterans, Veterans of the Vietnam Era, And Other Eligible Veterans (September 2006) 52.223-10 Waste Reduction Program (Aug 2000) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (September 2010) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) 52.232-1 Payments (April 1984) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (October 2003) 52.233-4 Applicable Law For Breach Of Contract Claim (October 2004) 52.249-1 Termination For Convenience Of The Government (Fixed-Price) (Short Form) (April 1984) 52.222-54 Employment Eligibility Verification (January 2009) 52.222-41 Service Contract Act of 1965 (November 2007) 52.228-5 Insurance - Work on a Government Installation (January 1997) 52.232-18 Availability of Funds (APR 1984) **These DHS and FAR Provisions and Clauses may be accessed via: http://www.arnet.gov/far/, www.dhs.gov. Requests for copies of FAR Provisions and/or Clauses will not be accepted. Evaluation Factors for Award The Government intends to evaluate the proposal on the following factors conforming to the RFQ, which will provide the best value to the Government, price and other factors considered. The following factors, in descending order of importance, shall be used to evaluate offers: (1) Technical Capabilities (2) Ability to meet schedule (3) Current and Past Performance (Past Three years) (4) Price Technical capabilities would be defined as having a fleet of trucks with the ability to perform the requirement. The vendor must be able to provide dumpsters that meet the requirement. Technical capability (Factor 1) is more important that Factors 2, 3 and 4. Factor 2 and Factor 3 are weighted equally, but are weighted more than Factor 4 (Price). The Government will evaluate offers for award purposes by adding the total price of all line items identified in the schedule. The Government will award resulting from the RFP to the responsible Offeror whose proposal, conforming to the RFP, will represent the best value to the Government, price and other factors considered. There is a possibility that the Offeror with the highest technical score may not be selected for award. The Government will determine if any additional technical merit in a given offer warrants any additional cost. The lowest cost technically acceptable offer may not be the best value to the government. Cost shall not be so controlling to preclude award to an Offeror whose technical superiority warrants additional cost. Your response and submittal should be received as soon as possible, but no later than 3:00p.m. (Eastern Time), Wednesday, January 5, 2011. The Offeror shall submit complete packets via email to arnold.casterline@dhs.gov. If there are any questions regarding this synopsis/solicitation, please email Arnold Casterline at arnold.casterline@dhs.gov NLT 12:00p.m.(Eastern Time). Tuesday, December 28, 2010. Please reference "192111FAO00000027" in the subject line. If you do not receive an email confirmation of receipt of your proposal, then your proposal has not been received. Late proposals will not be accepted. The Government will not be responsible for any costs accrued or incurred by the vendor in response to this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-DM/192111FAO00000027/listing.html)
 
Place of Performance
Address: Port Isabel Detention Center, 27991 Buena Vista Blvd., Los Fresnos, Texas, 78566, United States
Zip Code: 78566
 
Record
SN02345861-W 20101218/101216234510-09d70c74c131e4f1a854720044b4a34e (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.