Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 22, 2014 FBO #4715
MODIFICATION

91 -- DHS Fuel Management Initiative Program (FMIP) - Responses to Questions and Updated Documents

Notice Date
10/20/2014
 
Notice Type
Modification/Amendment
 
NAICS
333913 — Measuring and Dispensing Pump Manufacturing
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Border Enforcement Contracting Division - Mountain Branch, 4760 N Oracle Rd, Suite 100, Tucson, Arizona, 85705, United States
 
ZIP Code
85705
 
Solicitation Number
HSBP1014R0006_Fuel_Management_Initiative_Program
 
Archive Date
11/18/2014
 
Point of Contact
Frank S. Duarte, Phone: 520-407-2812
 
E-Mail Address
frank.s.duarte@dhs.gov
(frank.s.duarte@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Updated Location Listing. Statement of Objectives (SOO) - Clarification Language Added. Responses to solicitation questions. AMENDMENT ONE - Outline 1. Solicitation End Date extended until November 3, 2014 at 0900 PST. 2. Responses to solicitation questions are attached. 3. Statement of Objectives (SOO) amended for clarifying language. 4. Location Listing updated. Vehicle Listing is unchanged. ------------------------------ The Department of Homeland Security (DHS), Customs and Border Protection (CBP), Mobile Asset Program Management Office (MAPMO), in conjunction with the Immigration and Customs Enforcement Agency (ICE) and the Federal Law Enforcement Training Center (FLETC) have a requirement for standardization of fueling stations and methodology across the Southwestern United States Border, Georgia and Puerto Rico as indicated within this solicitation. Standardization will allow vehicles from all three DHS components to use any fueling station or location within the designated areas for ground fuel purchase and vehicle maintenance/diagnostic database management. This is a Request for Proposal (RFP) utilizing a Statement of Objectives (SOO) within the performance-based requirements of the solicitation. In response to the solicitation, interested Offerors are required to submit a Statement of Work (SOW) or Performance Work Statement (PWS) with an accompanying Quality Assurance Plan (QAP) which provides for full solution to the requirements. The contract type will be a single award Indefinite Delivery, Indefinite Quantity (IDIQ) contract with Firm Fixed Price Task Orders during the period of performance. The contract period of performance will be from date of award through September 30, 2015 with four (4) 12-month follow-on Option Year periods. This is a total small business set-aside acquisition. Prospective Offerors are encouraged to read the solicitation in its entirety to ensure all aspects are understood and conformed with. Significant items include the following: 1. Due Diligence Period - Offerors must submit their interest to attend, within 5 days of solicitation publish date (See Section L of solicitation document). 2. Site Visits Optional - Additional individual site information can be provided as requested during the due diligence timeframes. 3. Question and Answer period will close on October 17, 2014. All questions should be submitted to the solicitation Contracting Officer. 4. RFP closes on October 30, 2014. Emailed submissions must be in separate attachments and clearly indicate what is being provided. The Government reserves the right to disregard any additional attachments without notification to any Offeror. Due to CBP restrictions on the size of email, ensure that all emails submitted are less than 5MB. If the proposal exceeds 5MB, please separate the submission into multiple emails and include in the subject line the solicitation number and # of # emails. Any electronic submission determined to contain a virus will be deleted and not viewed or accepted for consideration under this solicitation. Submissions must be received no later than the exact time specified in the solicitation to be considered for award. Time of receipt will be determined by the government's email receipt time. It is the quoting firm's responsibility to ensure this is done according to the above restrictions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/SBIAO/HSBP1014R0006_Fuel_Management_Initiative_Program/listing.html)
 
Place of Performance
Address: Southwestern United States, Georgia and Puerto Rico., United States
 
Record
SN03553699-W 20141022/141020233940-0d08a6a156729f2d4686367b9e40bddb (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.