Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2013 FBO #4158
MODIFICATION

Z -- Security System Preventative Maintenance Services - STATEMENT OF WORK-AMENDMENT 0001

Notice Date
4/11/2013
 
Notice Type
Modification/Amendment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-MD, 7701 N. Stemmons, Dallas, Texas, 75247, United States
 
ZIP Code
75247
 
Solicitation Number
192113VNY00000008
 
Archive Date
5/11/2013
 
Point of Contact
Terry Teichmann, Phone: 2149058308
 
E-Mail Address
terry.teichmann@dhs.gov
(terry.teichmann@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Revised Statement of Work (i) This is amendment 0001 to revise the Statement of Work for the combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation 192113VNY00000008 is issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66, effective February, 28, 2013. (iv) This procurement is being issued as a 100% Small Business Set-Aside in accordance with (IAW) Federal Acquisition Regulation (FAR) 19.502 (a). The North American Industry Classification System (NAICS) code is 561621 and the small business size standard $12.5 million. (v) The Government intends to award one contract for Security System Preventative Maintenance Services in accordance with the attached Statement of Work (SOW) and the following Contract Line Item Number(s) (CLIN(s)) for a base period plus four one-year options. Include the unit price and the extended price for each CLIN. CLIN 0001- Base Period - Dates: ~5/01/2013 to 4/30/2014~ (or one year from date of award), Security System Preventative Maintenance Services in accordance with the SOW; Quantity: 12; Unit of Issue: Month (MO) X $ _________ = Total $ ___________ CLIN 1001- Option Period 1 - Dates: ~5/01/2014 to 4/30/2015~, Security System Preventative Maintenance Services in accordance with the SOW; Quantity: 12; Unit of Issue: Month (MO) X $ _________ = Total $ ___________ CLIN 2001- Option Period 2 - Dates: ~5/01/2015 to 4/30/2016~, Security System Preventative Maintenance Services in accordance with the SOW; Quantity: 12; Unit of Issue: Month (MO) X $ _________ = Total $ ___________ CLIN 3001- Option Period 3 - Dates: ~5/01/2016 to 4/30/2017~, Security System Preventative Maintenance Services in accordance with the SOW; Quantity: 12; Unit of Issue: Month (MO) X $ _________ = Total $ ___________ CLIN 4001- Option Period 4 - Dates: ~5/01/2017 to 4/30/2018~, Security System Preventative Maintenance Services in accordance with the SOW; Quantity: 12; Unit of Issue: Month (MO) X $ _________ = Total $ ___________ (vi) Description of requirement: Preventative maintenance of the integrated AMAG Security System at 601 W. 26th St, New York, NY 10001. See the revised Scope of Work for description of the maintenance services to be acquired. (vii) Date(s) and place(s) of delivery and acceptance and FOB point: Dates of delivery: Base: 05/01/2013~ to 4/30/2018 (Based with 4, one-year, option periods; Place of Delivery and Acceptance: 601 W. 26th St, New York, NY 10001; FOB Point: Destination. (vii) Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and a statement regarding any addenda to the provision. (ix) FAR clause 52.212-2, Evaluation-Commercial Items applies to this RFQ. The specific evaluation criteria are as follows: This is a competitive best value acquisition utilizing simplified acquisition procedures authorized by FAR 13, Simplified Acquisition Procedures. Award will be based on technical acceptability and price. An offer will be determined technically acceptable if no exception is taken to the specifications in the Statement of Work. Award will then be based on price. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The offeror must provide a written statement acceding to all solicitation requirements, including technical requirements and terms and conditions (x) FAR 52.212-3, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal); An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. (xi) FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this Acquisition. (xii) FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, in paragraphs (b) and (c) the following clauses apply: 52.203-3, Gratuities, 52.204-7, Central Contractor Registration (CCR), 52.204-10, 52.209-6, 52.219-6, 52.219-14, 52.219-28, 52.222-21, 52.222-26, 52.222-3, 52.222-35, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-51, 52.222-54, 52.223-18, 52.225-13, 52.232-33. (xiii) Additional FAR clauses cited in the clause are applicable to the acquisition. The following provisions and clauses apply to this procurement (Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/). FAR 52.203-3, Gratuities FAR 52.204-7, Central Contractor Registration. FAR 52.217-8, Option to Extend Services. FAR 52.218-9, Option to Extend the Term of the Contract FAR 52.252-2, Clauses Incorporated by Reference HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates HSAR 3052.228-70 Insurance (xiv) The Defense Priorities and Allocations System (DPAS) and associated rating are not applicable to this acquisition. (xv) Quotes are due no later than April 26, 2013, at 11:00 AM Central Time. All parties that submitted a quote under the original combined synopsis/solicitation are required to submit a new quote under Amendment 0001 to be considered for award. All quotes shall acknowledge Amendment 0001 changing the Statement of Work. No late quotes will be accepted. Place: Offers must be valid for a minimum of 60 days. Quotes will be accepted by email (terry.teichmann@dhs.gov) or fax (214.905.5568). All prospective offerors interested in submitting a quote must include company name, mailing address, point of contact, phone number, e-mail address and business status. No late quotes will be accepted. Quote Requirements: Quotes must include unit and extended prices for all line items and all required Offeror Representations and Certifications (See FAR 52.212-3 above), Offeror Cage Code and Discount Terms, if applicable. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.sam.gov. (xvi) For information regarding the solicitation contact Terry Teichmann by email (terry.teichmann@dhs.gov) or phone (214.905.8308). (xvii) Site Visit: A site visit will be conducted April 16, 2013, 10:00 AM, Eastern. If you company is interested in attending a request shall submitted by email to terry.teichmann@dhs.gov, no later than April 15, 2013, close of business. If no requests for a site visit are received it will be cancelled. (xviii) Contractors shall submit any questions by no later than April 19, 2013, by 11:00 AM Central Time. All questions shall be submitted by email to terry.teichmann@dhs.gov. Questions received after the aforementioned time and date will not be answered by the Government. (xi) ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-MD/192113VNY00000008/listing.html)
 
Place of Performance
Address: 601 W. 26th St, New York, New York, 10001, United States
Zip Code: 10001
 
Record
SN03034394-W 20130413/130411235126-42f12c002b93bfd9a2c2d0ad8b6a03df (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.