Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2011 FBO #3576
MODIFICATION

S -- UTILITY LOCATION AND MAPPING SERVICES AT FLETC CHARLESTON, SC

Notice Date
9/7/2011
 
Notice Type
Modification/Amendment
 
NAICS
561990 — All Other Support Services
 
Contracting Office
Department of Homeland Security, Federal Law Enforcement Training Center (FLETC), FLETC Charleston Facility, 2000 Bainbridge Avenue, B-1, Charleston, South Carolina, 29405
 
ZIP Code
29405
 
Solicitation Number
HSFLCS-12-Q-00001
 
Archive Date
9/29/2011
 
Point of Contact
Robin B. Rourk, Phone: 8435668564
 
E-Mail Address
robin.rourk@dhs.gov
(robin.rourk@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603(C)) **THE RFQ DUE DATE IS EXTENDED TO 14 SEPTEMBER 2011 at 2:30PM.*** (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is HSFLCS-12-Q-00001 and is being issued as a Request for Quote (RFQ). The CLIN structure is located on pages 2-4 of the SF1449. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. (iv) This acquisition is 100% set aside for small businesses. The associated NAICS code is 561990 with a $7M size standard. (v) Contractors shall submit a quotation/proposal for all labor and materials included in this project. All responsible sources may submit a quotation/proposal which shall be considered. (vi) The contractor shall perform utility locating, marking and mapping services at the Federal Law Enforcement Training Center, Charleston, South Carolina in accordance with all applicable laws, regulations, standards, instructions and commercial practices as described in this Performance Work Statement (PWS). The twelve month average for FY 2011 was approximately 16 utility markings per month. The following documents are attached (1) PWS for Utility locating, marking and mapping services, (2) SF1449 and (3) Facility Map. (vii) The award will be made on a blanket purchase agreement (BPA). Base performance period is 1 Oct 11 - 30 Sep 12. 1st Option Period is 1 Oct 12 - 30 Sep 13; 2nd Option period is 1 Oct 13 0 30 Sep 14; 3rd Option period is 1 Oct 14 - 30 Sep 15; 4th Option Period is 1 Oct 15 - 30 Sep 16. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electrically at this website: https://www.acquisition.gov/far. FAR 52.212-1, Instructions to Offerors-Commercial Items (ix) FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in the following relative order of importance: 1. Past Performance. 2. Price - The Government will evaluate the total price for award purposes. Offers shall provide 3 references of recent (within last 5 years) and relevant experience (similar magnitude and scope of this RFQ) as a part of their offer. All offerors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov.\ (x) (xi) FAR 52.212-4 Contract Terms and Condition--Commercial Items, applies to this acquisition. (xi) (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Deviation) are incorporated by reference, however, the following clauses apply; (mandatory clauses; FAR 52.222-21, Prohibition Of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.222-37, Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration; 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xii) The following additional clauses are applicable to this procurement: FAR 52.217-5 Evaluation of Options FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the Term of the Contract FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.225-13, Restrictions on Certain Foreign Purchases
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FLETC/CHS/HSFLCS-12-Q-00001/listing.html)
 
Place of Performance
Address: 2000 Bainbridge Ave, N. Charleston, South Carolina, 29405, United States
Zip Code: 29405
 
Record
SN02565725-W 20110909/110907235821-130a0f4fa503d2e889914b05911b3af4 (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.