Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2011 FBO #3527
MODIFICATION

X -- Parking spaces, covered, 19 unreserved

Notice Date
7/20/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
Delegates, orlando, FL 32837
 
ZIP Code
32837
 
Solicitation Number
HMSEMR-11-Q-00004
 
Response Due
7/25/2011
 
Archive Date
1/21/2012
 
Point of Contact
Name: Beverly Davis, Title: Contract Specialist, Phone: 4074405318, Fax:
 
E-Mail Address
beverly.davis@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 HMSEMR-11-Q-00004 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 2005-52. The associated North American Industrial Classification System (NAICS) code for this procurement is 812930 with a small business size standard of $35.50M.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 2011-07-25 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The DHS Immigration and Customs Enforcement requires the following items, Meet or Exceed, to the following: LI 001, Base period of performance 09/01/2011-08/31/12 for:The contractor shall provide for 19 unreserved parking spaces in a covered structure that is well lit, clean, safe and accessible to personnel 24 hours a day/ seven (7) days a week, 365 days per year. The parking facility shall be located within a 0.25-mile radius (or 2-blocks, whichever is less) of the Government Facility located at 1220 L Street NW, Washington, DC 20536. Contractor shall provide access permits (either by PIIN or card) and Parking Permit holders shall have access to the parking facility twenty-four (24) hours per day, seven (7) days a week (including holidays). The contractor shall provide the necessary labor, materials, supplies and equipment to provide garage maintenance such as trash removal, sweep and wash, snow removal and facility maintenance such as lighting, clear marking, and required proper directional signs and signage to comply with local, state, and federal parking guidelines, rules and regulations, including the requirements set forth by the DC Parking Garage Code and the Americans with Disabilities Act (ADA) as necessary to accommodate personnel, if required. The Government reserves the right to increase or decrease the number of parking spaces required without penalty, provided notice and contract modification is given to the contractor 30 days in advance. Inspection and acceptance of the services requested in this solicitation will be performed by the Contracting Officer, the Contracting Officer?s Technical Representative or a Designated Representative., 12, mo; LI 002, First option period 09/01/2012-08/31/13, 12, mo; LI 003, Second option period 09/01/2013-08/31/14, 12, mo; LI 004, third option period 09/01/2014-08/31/15, 12, mo; LI 005, Fourth option Period 09/01/2015-08/31/16, 12, mo; 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 Immigration and Customs Enforcement 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 Immigration and Customs Enforcement 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. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Contractors' submissions must include the following information: Dun & Bradstreet Number (DUNS); North American Industrial Classification System (NAICS) Code; Contact Name; Contact Email Address; Contact Telephone and Fax Number; Complete Business Mailing Address. The following additional clauses are cited: the provision at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JAN 2009), applies to this acquisition. Additional FAR clauses applicable to this requirement are: The clause at 52.203-6 Restrictions on Subcontractor Sales to the Government - Alt. I (OCT 1995), 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters (DEC 2008); 52.217-8 Option to Extend Services (NOV 1999), 52.217-9 Option to Extend the Term of the Contract (Mar 2000); 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003), 52.222-3 Convict Labor (JUN 2003), 52.222-19, Child Labor - Cooperation with Authorities and Remedies (FEB 2008), 52.222-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-22 -- Previous Contracts and Compliance Reports (FEB 1999), 52.222-25 -- Affirmative Action Compliance (APR 1984), 52.222-26 Equal Opportunity (MAR 2007); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (SEPT 2006), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006); 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003). HSAR 3052.209-70 Prohibition on contracts with corporate expatriates; 3052.242-72 Contracting Officer's Technical Representative. Full text of FAR clauses and provisions incorporated by reference can be found at www.arnet.gov and HSAR Clauses at http://farsite.hill.af.mil/VFHSARA.HTM. 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 FAR 52.212-3 Offeror Representations and Certifications - Commercial Items. The Federal Acquisition Regulation requires offerors to complete Representations and Certifications through the Online Representation and Certification Application (ORCA) at least annually as of January 1, 2005. The offeror is hereby required to complete the ORCA via http://orca.bpn.gov prior to the response due date. The Contract Line Item information Numbers (CLINs), Items, Quantities, and Units of Measure shown in Attachment 1 Pricing schedule (Schedule of CLINS) will be requested from the successful bidder. The anticipated date for contract award is on or before August 15, 2011. Successful Contractor shall submit Pricing as a separate document, using the Attachment 1 or other attachment which includes the format of Attachment 1. Fixed monthly rates shall include all costs and fees, and shall not include the local Washington DC tax (currently 12%) as the procuring and paying entity is a Federal Government office. 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). The provision at 52.212-2, Evaluation - Commercial Items, applies to this acquisition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/COW/HMSEMR-11-Q-00004/listing.html)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02505563-W 20110722/110721004820-2a282ebfde414bfdcb6282d50112d997 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.