Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2012 FBO #3766
MODIFICATION

R -- DHS/ICE Telephonic Interpretation Services 24/7 San Diego, CA

Notice Date
3/15/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
24000 Avila Road, Suite 3104, Laguna Niguel, CA 92677
 
ZIP Code
92677
 
Solicitation Number
192112FSDLSA00050
 
Response Due
3/21/2012
 
Archive Date
9/17/2012
 
Point of Contact
Name: Monica King, Title: Contract Specialist, Phone: 9493602260, Fax: 9493603104
 
E-Mail Address
Monica.t.king@ice.dhs.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELLATION NOTICE:Bids are being solicited under solicitation number 192112FSDLSA00050. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 329273_02. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-03-21 17:00:00.0 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, Exact Match Only, to the following: LI 001, Telephonic Interpretation Services PER ATTACHED STATEMENT OF WORK.Anticpated yearly minute quantity is 96,000. Invoicing will be based on actual minutes used. Base Year: 6/1/12 - 5/31/135 Year Contract, Base year plus 4 Option Years, 96000, Minute; LI 002, Telephonic Interpretation Services per attached Statement of Work.Anticpated yearly minute quantity is 96,000. Invoicing will be based on actual minutes used. Option Period 1: 6/1/13 - 5/31/14Option Periods will be funded if/when exercised., 1, Minute; LI 003, Telephonic Interpretation Services per attached Statement of Work.Anticpated yearly minute quantity is 96,000. Invoicing will be based on actual minutes used. Option Period 2: 6/1/14 - 5/31/15Option Periods will be funded if/when exercised., 1, Minute; LI 004, Telephonic Interpretation Services per attached Statement of Work.Anticpated yearly minute quantity is 96,000. Invoicing will be based on actual minutes used. Option Period 3: 6/1/15 - 5/31/16Option Periods will be funded if/when exercised., 1, Minute; LI 005, Telephonic Interpretation Services per attached Statement of Work.Anticpated yearly minute quantity is 96,000. Invoicing will be based on actual minutes used. Option Period 4: 6/1/16 - 5/31/17Option Periods will be funded if/when exercised., 1, Minute; 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. A Seller 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 seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers 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.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact 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. In addition to pricing, provide a list all languages supported with your bid. Submit your plan to obtain an interpreter for languages you do not currently support to include the estimated turn around time. 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. Delivery must be made within 30 days or less after receipt of order (ARO) unless otherwise noted in the buy. The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. 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 https://www.acquisition.gov/far/. Bid MUST be good for 90 calendar days after close of Buy. 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 Company must be registered in 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/ 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). 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. FAR 52.217-8 Option to Extern Services, 30 daysFAR 52.217-9, Option to Extend the Term of the Contract, 30 days, 60 days CLAUSES INCORPORATED BY REFERENCE52.204-7, Central Contractor Registration, APR 200852.212-4, Contract Terms and Conditions--Commercial Items, JUN 2010 52.219-6, Notice Of Total Small Business Set-Aside, JUN 2003 52.219-8, Utilization of Small Business Concerns, JAN 201152.219-14. Limitations on Subcontracting, NOV 201152.222-3, Convict Labor, JUN 2003 52.222-26 Equal Opportunity. MAR 200752.222-35 Equal Opportunity for Special Disabled Veterans, SEP 201052.222-37 Employment Reports on Veterans, SEP 201052.222-38 Compliance with Veterans? Employment Reporting Requirements, SEP 201052.222-41 Service Contract Act of 1965, NOV 200752.222-50, Combating Trafficking in Persons, FEB 2009 52.223-18, Contractor Policy to Ban Text Messaging While Driving, SEP 201052.225-13, Restrictions on Certain Foreign Purchases, JUN 2008 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification, SEP 201052.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration, OCT 2003 52.233-3, Protest After Award, AUG 1996 52.233-4, Applicable Law for Breach of Contract Claim, OCT 2004 HSAR 3052.209-70, Prohibition on Contracts with Corporate Expatriates
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/COW/192112FSDLSA00050/listing.html)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02698043-W 20120317/120315235337-e5517f5f8c31c1ab927e1f4cd7188d7a (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.