Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2017 FBO #5874
SOLICITATION NOTICE

78 -- Fireman Qualilfication - Package #1 - Package #2

Notice Date
12/21/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-DML, 24000 Avila Road, Laguna Niguel, California, 92677, United States
 
ZIP Code
92677
 
Solicitation Number
70CDCRQ00000006
 
Archive Date
1/25/2018
 
Point of Contact
Al E Kidd, Phone: 949 425-7025, Natasha Nguyen, Phone: 949-425-7030
 
E-Mail Address
al.kidd@dhs.gov, natasha.t.nguyen@ice.dhs.gov
(al.kidd@dhs.gov, natasha.t.nguyen@ice.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ SOW This is a combined synopsis/quotation 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 request for quotation (RFQ) and a written solicitation will not be issued. Department of Homeland Security, Immigration and Customs Enforcement is requesting a quotation on the firing range for 500 officers for quarterly firearms qualifications. Reference the Solicitation No.70CDCR18Q00000006 when submitting a quote. See attachment Standard Form (SF) 18 RFQ of for a list of line item numbers, the description of article, quantity per year and unit of measure, for base year plus four (4) optional years and six (6) month extension under FAR 52.217-8. Contractors shall meet the following: (1) Attachment A - SOW; (2) 15-40 miles from the Federal Building at 24000 Avila Road, Laguna Niguel, CA and the Santa Ana Federal Building at 34 Civic Center Plaza, Santa Ana, CA; (3) pricing per unit. The Government will award on an all or none basis. The quoter shall submit the following for consideration: (1) specification which meets Government requirements (2) complete the Section B: Supplies or Services on the Standard Form 18 Request for Quote providing a price for the base plus four optional years, and 6 month extension each Contract Line Item Number (CLIN); (3) pricing per unit. FAR 52.212-2 Evaluation - Commercial Items. The Government will award a contract resulting from this RFQ. The following factors shall be used to evaluate quote: (1) ability to meet Government requirements; (2) 15-40 miles from the Federal Building at 24000 Avila Road, Laguna Niguel, CA and the Santa Ana Federal Building at 34 Civic Center Plaza, Santa Ana, CA; (3) total price for base plus four optional years and 6 month extension. The following FAR Clauses are incorporated by reference: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, which incorporate the following Clauses: 52.222-3 Convict Labor; 52.222-19 Child Labor- Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Affirmative Action for Disabled Veteran Era (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-41 Service Contract Act of 1965, as Amended; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.222-43 Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts); 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act; 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121 and 13129); 52.225-15 Sanctioned European Union Country End Products; 52.225-16 Sanctioned European Union Country Services; and 52.232-33 Payment by Electronic Funds Transfer- System for Award Management. Additional FAR clauses applies: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.217-5 Evaluation of Options; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract (1day, 1 day); 52.217-9 Option to Extend the Term of the Contract (1day, 1 day); 52.232-18 Availability of Funds; ; Offerors will complete the information in 52.212-3 Offeror Representations and Certifications-Commercial Items and submit their Representations and Certifications via ORCA @ http://orca.bpm.gov. The North American Industry Classification System Code (NAICS) is 561210 Size Standard $38.5M. Closing date or response date for this synopsis/quotation is January 10, 2018 at 1:00pm, Pacific Time. This requirement is for a total small business side-aside. Only written responses will be accepted. Responses can be faxed to (949) 360-3013, Attn: Al Kidd, or E-mail to al.kidd@ice.dhs.gov. All responsible sources must be SAM registered at the time proposal submission. Oral communications are not acceptable in response to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-DML/70CDCRQ00000006/listing.html)
 
Place of Performance
Address: Los Angeles, Los Angele, California, 90014, United States
Zip Code: 90014
 
Record
SN04773920-W 20171223/171221231418-55555c9f17490c8453f227bdec6de36b (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.