Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2013 FBO #4213
SOLICITATION NOTICE

Z -- Building, Operations, Maintenance and Repairs (BOMR) Boston NY Region - (Draft) - (Draft) - (Draft) - (Draft) - (Draft) - (Draft) - (Draft) - (Draft) - (Draft)

Notice Date
6/5/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
 
ZIP Code
20229
 
Solicitation Number
HSBP1013R0036
 
Archive Date
7/23/2013
 
Point of Contact
John Marshall, Phone: 202-344-1116, April L. Jennings, Phone: 202-344-1273
 
E-Mail Address
john.marschall@dhs.gov, april.jennings@dhs.gov
(john.marschall@dhs.gov, april.jennings@dhs.gov)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
BOMR Boston FORM 1449 BOMR Boston QASP BOMR Solicitation document BOMR Boston PRS BOMR Boston Schedule B BOMR Boston Schedule of Value BOMR Boston Wage Rates BOMR Boston Past Performance Questionnaire BOMR Boston PWS BOMR Boston/NY Region: The Department of Homeland Security (DHS), U.S. Customs and Border Protection (CBP), Office of Administration (OA), Facilities Management and Engineering (FM&E) Directorate, Field Operations, Facilities Program Management Office (FOF PMO) requires award a series of contract(s) for Facilities Management Services (Building Operations, Maintenance & Repair (BOMR) for CBP owned land ports of entry. CBP is issuing a Request for Proposal (RFP) for a 100% set-aside to Women Owned Small Business (WOSB) concerns, for the acquisition of Building, Operations, Maintenance and Repair Services to be performed in the Boston/NY Region of the U.S. All responsible WOSB concerns may submit a proposal to be considered by the agency. Responses to the Request for Proposal (RFP), will be evaluated using the evaluation factors stated in the solicitation documents. The government intends to issue an award to a single WOSB concern, under a performance-based Hybrid Contract, such as a Firm Fixed Price (FFP) with some IDIQ CLINS type of contract. The expected award shall consist of one (1) base period of performance, plus four (4) option periods of performance (each option will be one year in duration running consecutively, if exercised, after the base period of performance). There is no guarantee any option period(s) will be exercised. The contractor shall perform Building, Operations, Maintenance, and Repair Services at the Boston/NY Region locations, with the standards written in the Performance Work Statement (PWS). See the locations below. The contractor is encouraged and expected to use innovative approaches to effectively and efficiently accomplish the requirements of the PWS in a timely manner and in a way that fosters pride and ownership in the work performed. The contractor will provide all qualified personnel, equipment, tools, materials, supervision, and other items necessary to perform the contracted services. The contractor shall comply with all local, state and federal laws, along with the the Department of Homeland Security (DHS) and U.S. Customs and Border Protection (CBP), regulations, standards, instructions and commercial practices as set forth in the PWS and for said services in the solicitation. The NAICS code for this requirement is 561210. The corresponding Small Business Size Standard is $35.5 Million. The closing date and other specified dates are found within the solicitation package. The entire solicitation package includes the following documents for your review: Solicitation, FORM 1449, Performance Work Statement (PWS), Quality Assurance Plan (QASP), Performance Requirement Summary (PRS), Schedule B Pricing sheet, Schedule of Values, Wage Rate Summary and Past Performance Questionnaire. All companies or firms submitting a proposal subsequent to the solicitation described herein, MUST be registered in the System for Award Management (SAM) database, or risk the proposal as being non-responsive, regardless if the package is considered complete, timely or any other salient consideration. Information to register on SAM can be found at the web site, http://www.sam.gov. A response to this announcement is required if you will be submitting a proposal. The Government will not pay for any information related to the response to this announcement/solicitation. The announcement/solicitation may be cancelled at any time. After solicitation and prior to award, the possibility does exist to reject all offerors when cancellation is clearly in the public interest. This announcement does not obligate the Government to pay for any bid/proposal preparation costs. A site visit is required before submitting a proposal. In order to attend, please contact the CBP Contracting Officer (CO) and/or Specialist, to provide an accurate names of those who may attend, so they may be properly vetted. The site visit will be scheduled aproximately seven (7) days after the solicitation is released. A CD will be provided to those interested contractors who will be submitting a proposal. A written request for the CD; an email message is acceptable, must be submitted to the CO or Specialist, with all the important shipping information to mail the CD. BOMR Boston/NY region locations, see place of performance locations below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/HSBP1013R0036/listing.html)
 
Place of Performance
Address: Boston/NY Region Locations:, 1. Franklin, VT, 2. Richford, VT, 3. Pittsburg, NH, 4. Bridgewater, ME, 5. Easton, ME, 6. Hamlin, ME, 7. Monticello, ME, 8. Forest City, ME, 9. Moores, NY, 10. Churubusco, NY, United States
 
Record
SN03080881-W 20130607/130606001724-b94f8bb0e3eda3161838f3844841e75c (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.