Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2017 FBO #5600
MODIFICATION

R -- OPTION - DR 4303 NV Security Guard Services

Notice Date
3/22/2017
 
Notice Type
Modification/Amendment
 
Contracting Office
1111 Broadway, Oakland, CA 94607
 
ZIP Code
94607
 
Solicitation Number
HSFE09-17-R-4303NV
 
Response Due
3/21/2017
 
Archive Date
9/17/2017
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELLATION NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is HSFE09-17-R-4303NV and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 2005-95 with a small business size standard of $20.50M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-03-21 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Carson City, NV 89705 The DHS Federal Emergency Management Agency requires the following items, Meet or Exceed, to the following: Base Period of Performance: 03/27/2017 - 06/26/2017 LI 001: Security Guard Services in support of DR4303-NV at the Joint Field Office in Carson City, NV. Provide Level II Armed Uniformed Security Guards at the FEMA Joint Field Office location (917 Jacks Valley Rd Carson City, NV 89705) per the line item description and the attached Statement of Work. Ninety (90) Day period of performance, extendable month by month there after (see Option CLINS). Note: Shifts and hours may change as FEMA mission progresses. Vendors are asked to provide a single hourly quote based on the current anticipated maximum of 3240 hours. Applicable Department of Labor minimum wage determination for Carson City, NV attached. Two (2) Guards 0630 - 1830 Monday - Sunday One (1) Guard 1830-0630 Monday - Sunday 36 hours x 90 days = 3240 hours Performance to begin on or about March 27, 2017., 3240, hours; Option 1 Period of Performance: 06/27/2017 - 09/26/2017 LI 001: Option Period I, 3240, hours; Option 2 Period of Performance: 09/27/2017 - 12/26/2017 LI 001: Option Period II, 3240, hours; Option 3 Period of Performance: 12/27/2017 - 03/26/2018 LI 001: Option Period III, 3240, hours; 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 Federal Emergency Management Agency 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. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Federal Emergency Management Agency is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors 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. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors 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 offerors require additional clarification, notify the point of contact or 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. Bid MUST be good for 30 calendar days after close of Buy. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. 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/. All eligible bidders can bid however preference for award will be given to the lowest priced, technically acceptable, responsive and responsible local bidder residing within disaster declaration DR 4303 - NV (only the eligible Counties: Douglas, Lyon, Storey, Washoe, Carson City, Pyramid Lake Pauite Tribe, Reno-Sparks Indian Colony, and the Washoe Tribe of Nevada and California; see attached Nevada Declared County Map)based on SAM registration address as defined by FAR 52.226-3c. If the offeror does not meet representation criteria of FAR 52.226-3c, he shall furnish documentation to support its representation IAW FAR 52.226-3d. The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 7 calendar days of the end of the contract. (a) The Government may extend the term of this contract by written notice to the Contractor within 1 calendar day of the end of the current period [insert the period of time within which the Contracting Officer may exercise the option]; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 7 calendar days days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 18 months. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical Approach/Management Approach 2. Personnel and Company Experience 3. Past Performance 4. Price All factors are equally weighted. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offeror's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Government reserves the unilateral right to cancel the purchase order with a seven day notice. In such instance, the monthly rate shall be pro-rated based on the cancellation date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/PP5-2/HSFE09-17-R-4303NV/listing.html)
 
Place of Performance
Address: Carson City, NV 89705
Zip Code: 89705
 
Record
SN04443201-W 20170324/170322234134-36681ccf19bf4633a57012d7e97ddc4c (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.