Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2012 FBO #3813
MODIFICATION

J -- Southeast Region Preventive Maintenance Program - Solicitation 1

Notice Date
5/1/2012
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - IN, 6650 Telecom Drive, Intech Two, Suite 100, Indianapolis, Indiana, 46278, United States
 
ZIP Code
46278
 
Solicitation Number
HSBP1012R0033
 
Response Due
6/15/2012 11:00:00 AM
 
Archive Date
12/31/2012
 
Point of Contact
John Thomas Crockett, Phone: 3176144969, Matthew A. Korn, Phone: 3176144546
 
E-Mail Address
john.crockett@dhs.gov, matthew.korn@dhs.gov
(john.crockett@dhs.gov, matthew.korn@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
HSBP1012R0033 Attachment 5 - WD Summary HSBP1012R0033 Attachment 4B HSBP1012R0033 Attachment 4A HSBP1012R0033 Attachment 3 - Line Item Detail HSBP1012R0033 Attachment 2 - Line Item Summary HSBP1012R0033 Attachment 1b - Equipment List HSBP1012R0033 Attachment 1a - Facilities List HSBP1012R0033 Attachment 1 - PWS HSBP1012R0033 RFP U.S. Customs and Border Protection (CBP) intends to solicit offers in response to Request for Proposal (RFP) HSBP1012R0033 for the Preventative Maintenance Program (PMP) for the Southeast Region. The region will consist of 8 fully-owned and direct lease operated facility locations/campuses, comprised of 31 buildings or facilities, throughout Florida and Puerto Rico. This requirement will be procured as a total small business set aside. The requirement will include validation of all equipment at all locations in the region during the initial phase in period. The requirement will include the preventative maintenance (PM) of equipment at all facilities throughout the region. The requirement will also include an indefinite delivery / indefinite quantity (ID/IQ) portion from which major repair task orders for work beyond the scope of PM services for equipment can be issued. All work shall be performed in accordance with the performance work statement and request for proposal that will be provided at time of solicitation issuance. The awarded contract will consist of a 12 month base period (2 months for the initial phase-in period and 10 months for PM services) with four 12 month option periods. Total contract period, to include options, shall not exceed 60 months. The applicable North American Industry Classification System (NAICS) code is 561210. The Small Business size standard is $35.5 million. There will be one scheduled site visit for this requirement. Please see the attached RFP, and below, for further details regarding the site visit. Due to the number of locations covered under this contract it is not feasible to conduct a site visit at all locations. One location has been chosen for the site visit as detailed below. Potential offerors planning to attend the site visit are required to submit company name, individual's name, phone number, and email address in advance for access to the facility. One form of government issued picture identification shall be required to be shown upon arrival. Please submit the aforementioned information to John Crockett via john.crockett@dhs.gov no later than 1:00 PM EDT, May 17, 2012. An email will be sent to each attendee with the specific time for the site visit. The date, location, and time for the site visit can be found below: Tuesday, May 22, 2012 9:00 AM EDT Homestead Air Reserve Base CBP Air & Marine Facility 29390 Customs Road Homestead, FL 33090 Please address any questions to John Crockett, Contract Specialist, via email at john.crockett@dhs.gov no-later-than (NLT) May 30, 2012. Telephone inquires will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/FPSB/HSBP1012R0033/listing.html)
 
Place of Performance
Address: Florida and Puerto Rico, United States
 
Record
SN02736568-W 20120503/120502001004-d0d1940f14f801b7be075b9c91df7b11 (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.