Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2012 FBO #3795
SOLICITATION NOTICE

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

Notice Date
4/13/2012
 
Notice Type
Presolicitation
 
Contracting Office
24000 Avila Road, Suite 3104, Laguna Niguel, CA 92677
 
ZIP Code
92677
 
Solicitation Number
192112FSDLSA00050A
 
Response Due
4/20/2012
 
Archive Date
10/17/2012
 
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
Woman Owned Small Business
 
Description
Bids are being solicited under solicitation number 192112FSDLSA00050A. 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. 337362. 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 an [ Women-Owned 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 2012-04-20 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, Meet or Exceed, to the following: LI 001, TELEPHONIC Interpretation Services per attached Statement of Work (SOW). Estimated yearly minute quantity is 96,000. Invoicing will be based on actual minutes used. Base Year: 6/1/12 - 5/31/13, 96000, Minute; LI 002, Option Period 1: 6/1/13 - 5/31/14TELEPHONIC Interpretation Services per attached SOW., 96000, Minute; LI 003, Option Period 2: 6/1/14 - 5/31/15TELEPHONIC Interpretation Services per attached SOW., 96000, Minute; LI 004, Option Period 3: 6/1/15 - 5/31/16TELEPHONIC Interpretation Services per attached SOW., 96000, Minute; LI 005, Option Period 4: 6/1/16 - 5/31/17TELEPHONIC Interpretation Services per attached SOW., 96000, 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 of ALL LANGUAGES SUPPORTED with your bid. (Be sure to have your company name on the your list.) Submit your plan to obtain an interpreter for languages you do not currently support to include the estimated turn around time. Delivery of step-by-step instruction cards (noted in section C of SOW) 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/. 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 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). The Government intends to award a single Indefinite Delivery, Indefinite Quantity (IDIQ) contract with fixed unit pricing.The evaluation will be based on best value principles, and award will be made to the Offeror whose proposal represent the overall best value to the Government, price and other factors considered. The Government intends to award the contract without discussions, in accordance with FAR 15.306(a). However, the Contracting Officer reserves the option to conduct discussions if it is deemed necessary. 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, and is technically acceptable. An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work (SOW) or listed specs whichever is applicable to the buy. Technical ability is rated slightly higher than price. The Technical ability will be evaluated qualitatively and categorized as Outstanding, Good, Acceptable, or Unacceptable. The following defines these adjectives:OUTSTANDING: Supports over 150 languages to include the Top 20 Languages listed in G of the SOW. GOOD: Supports over 100 languages to include the Top 20 Languages listed in G of the SOW.ACCEPTABLE: Supports the Top 20 Languages listed in G of the SOW.UNACCEPTABLE: Does not support Top 20 Languages listed in G of the SOW. 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, 60 days, 30 daysFAR 52.216-19 -- Order Limitations. (Oct 1995)(a) Minimum 500 minutes(b) Maximum order. The Contractor is not obligated to honor --(1) Any order for a single item in excess of 180,000 minutes per month ; 52.232-19 Subject to Availability of Funds for the Next Fiscal Year.52.222-50 Combating Trafficking in Persons (Feb 2009)HSAR 3052.209-70, Prohibition on Contracts with Corporate Expatriates (June 2006) Quote pricing MUST be good for 45 calendar days after close of Buy.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/COW/192112FSDLSA00050A/listing.html)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02722289-W 20120415/120413235636-9fa567ea9fafb44051ee22c5f1d831d1 (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.