Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2010 FBO #2994
SOLICITATION NOTICE

X -- Government Owned Vehicle Storage (San Diego, California) - Attachments

Notice Date
2/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531130 — Lessors of Miniwarehouses and Self-Storage Units
 
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
HSCEMD-10-Q-00009
 
Archive Date
2/17/2010
 
Point of Contact
Chris Jackson, Phone: 2149055448
 
E-Mail Address
Christopher.L.Jackson@dhs.gov
(Christopher.L.Jackson@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Representation and Certification Pricing Schedule This is a 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. Solicitation number HSCEMD-10-Q-00009 is issued as a request for quotations (RFQ) for Government Owned Vehicle storage for the Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE), SAC San Diego, California. This is a 100% small business set aside. The applicable North American Industry Classification Standard (NAICS) code is 531130. The small business size standard is $25.5 million. DHS ICE anticipates the award of a firm fixed price contract. Period of Performance is base year (12 Months) and two, 1-year option periods to be exercised at the discretion of the government. See Attachment 1 Pricing Schedule for a list of contract line item number(s) and items, quantities and unit of measures, and options. See Statement of Work (SOW) below for a description of the requirement. Any and all questions should be submitted in writing by February 8, 2010, 4:00 c.s.t. by email to Christopher.L.Jackson@dhs.gov or by fax to 214-905-5568. STATEMENT OF WORK For GOV STORAGE 1.0 SCOPE This Statement of Work (SOW) sets forth the effort required by the Contractor to provide Government Owned Vehicle (GOV) storage space on an as needed basis for the Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE), Office of Investigation (OI), Special Agent in Charge (SAC) San Diego, California office. 2.0 BACKGROUND SAC San Diego has a fleet of approximately 530 domestic vehicles. The SAC fleet consists of small, medium and a few large vehicles that range from sedans, vans, passenger trucks and SUV's. These vehicles are routinely used for official law enforcement duties. The SAC fleet is turned over at a rate of approximately 18% annually. The specific number of storage spaces required is unknown in advance. The budget, mission and vehicle life cycles are each variables that dictate the interval in which a SAC vehicle is taken out of service. The removal from fleet service for vehicles normally requires storage for about 90 days. Maintenance, service, towing, and or upkeep by the storage facility are not required in this contract. Any direct or indirect costs associated with maintaining, towing, or upkeep outside the occasional jump start, of stored vehicles are not allowed. Access to the storage facility is required during normal business hours only. All SAC vehicles must be transferred in or out of the storage facility by/with a representative from the SAC office. SAC San Diego does not require any documentation or assistance from the storage facility beyond the storage contract requirements. 3.0 REQUIREMENT 3.1 The Contractor storage facility on a daily basis shall provide outdoor spaces for the storage of operable/inoperable domestic GOVs. Indoor storage is acceptable, but at no time is SAC San Diego willing to pay more than the outdoor storage rate. The actual number of spaces used will vary between 0 to 50 spaces at any given time on a daily basis (see Attachment 1 Pricing Schedule for estimated GOVs requiring storage). 3.2 Access to Vehicles: The contractor storage facility shall be located within a 30 mile radius of 185 West F street San Diego, CA 92101. 3.3 The Contractor storage facility shall be physically secured by at least an 8 foot fence (with electronic gate access) on all four borders to deter outside access from the public. 3.4 The Contractor storage facility shall be open from Monday through Friday, 0900 - 1500 PST with the exception of weekends and federal holidays. SAC San Diego shall have unlimited working hour access to SAC vehicles stored at the facility. 3.5 The contractor storage facility does not have or expect to have any towing preference/contract for SAC vehicles. The contractor shall not limit, hinder or charge extra for accepting and/or releasing SAC vehicles to and or from any licensed towing service used by SAC San Diego. 3.6 The contracting facility shall obtain, maintain, and provide documentation of securing industry standard licenses and insurance coverage outlined by the federal, state and city regulations. 3.7 The Contractor shall provide a point of contact (POC) who shall be responsible for the performance of the work. The POC shall have full authority to act for the Contractor on all matters relating to the daily operation of this contract. The Contractor shall designate this individual, in writing, to the Contracting Officer (CO) before the contract start date. An alternate shall be designated, but the Contractor shall identify those times when the alternate shall be the primary POC. 3.8 The Contractor will not charge a fee for moving SAC vehicles within the storage facility, or providing access to the contractor storage facility. 3.9 SECURITY. The contractor shall notify Government Designated Representative (DGR) via phone within 24 hours, of discovering that a vehicle has been looted, stolen and or damaged by any means. The Contractor shall follow up in writing within 2 business days of any incident regarding SAC vehicles. 3.10 The storage location and facility must limit visibility and/or the recognition of SAC vehicles as part of a law enforcement fleet. 3.11 The contracting facility shall not under any circumstances post notices; verbally or otherwise identify SAC vehicles as law enforcement vehicles for any reason. Explicitly, the contractor shall not identify DHS/ICE or SAC San Diego as a customer in an advertisement to solicit law enforcement business. 3.12 The contractor or any representative is not authorized to grant access, dispose, sign, agree, and authorize any transferring of any SAC vehicles in his possession without expressed written consent from SAC San Diego. SAC San Diego has a standing contract with a contractor for the removal of law enforcement equipment. The Contractor will be notified by DGR to grant access to SAC Vehicles 2 hours prior to a technician arriving to remove items. Any request to access SAC vehicles stored at the contracting facility shall be reported to the DGR or alternate DGR. 3.13 The contractor shall maintain the keys to all SAC vehicles in a secure location as guided by industry standards. The contractor shall limit the movement of SAC vehicles. In the event that a SAC vehicle needs to be moved, the contractor storage facility vehicle shall not drive a SAC vehicle more than.25 miles away from the contractors' compound without contacting the SAC San Diego vehicle DGR. 3.14 In-take Procedures. The contractor shall not require advance notice for SAC vehicles being transferred to the contractor facility during normal business hours. All vehicles will be turned over by a SAC representative. The contractor and/or representative shall fill out an industry standard vehicle storage and custody form, remove all license plates from and hand both to the SAC representative delivering the vehicle. 3.15 Out-take Procedures. A SAC representative will contact the contracting facility 24 hours prior to the removal of SAC Vehicles. An authorized representative will sign the release forms to release SAC vehicles from the contracting storage facility. 4.0 GOVERNMENT FURNISHED MATERIALS - None 5.0 PLACE(S) OF PERFORMANCE Contractor Facility: Contractor storage facility shall be located within a 30 mile radius of 185 West F street San Diego Ca 92101. 6.0 PERIOD OF PERFORMANCE The period of performance for this effort is date of award for a period of one (1) year and two, 1 year option periods. Estimated Period: Base Year: February 17, 2010 - February 16, 2011 Option Year 1: February 17, 2011 - February 16, 2012 Option Year 2: February 17, 2012 - February 16, 2013 7.0 TYPE OF CONTRACT Firm Fixed Price 8.0 INVOICE / PAYMENTS The Contractor shall submit an invoice within 10 days after the close of the previous month. Payment will be made on a monthly basis, based on the number of days for each GOV stored times the daily rate. 9.0 DELIVERABLES / DELIVERABLES SCHEDULE In fulfillment of this effort, the Contractor shall provide the following deliverables. All deliverables shall be submitted to the COTR, unless otherwise agreed. Reference Milestone Responsibility Date Para 3.9 Damage Contractor Within 24 Hours of incident Para 3.9 Written Damage report Contractor Within 2 days of incident Para 3.14 Vehicle Intake procedures Contractor Forms/remove plates Para 8.0 Invoices Contractor Within 10 days after the last day in month 10.0 QUALITY ASSURANCE The COTR will review, for completeness all invoices the Contractor submits, and may return it to the Contractor for correction. Absence of any comments by the COTR will not relieve the Contractor of the responsibility for complying with the requirements of this SOW. 11.0 OTHER DIRECT COSTS (ODC's) The contractor will be required to store government vehicles. All costs related to equipment supplies, materials, permit, licenses, bonds, property fees, inspections, insurance, are borne by the contractor and the operation cost shall be reflected in the fixed monthly storage fee. There will be no separate ODC's. Firm Fixed Price This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. The following provisions and clauses are applicable and incorporated by reference and available at www.acquisition.gov/far. 52.212-1, Instructions to Offerors-Commercial (Jun 2008); 52.212-2, Evaluation-Commercial Items (Jan 1999), Basis for Award: Quotations will be evaluated based on Lowest Price, Technically Acceptable (LPTA) best value approach, to include the following evaluation factors 1. Technical Capability and 2. Price. Offerors will be graded Acceptable or Unacceptable for Factor 1: Technical Capability. An award will be made to the offeror whose price is lowest among all quotation that were deemed to be technically acceptable. All offeror's who submit a quotation shall submit enough detail in their quotation to allow the government to evaluate their quotation. 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009); 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (DEC 2009), Mark an x next to items under b. (8),(18),(19),(21),(22),(24),(38) and c. (1). Offer's who submit a quotation shall include their DUNS and CAGE code and have an active Central Contractor Registration. (See Attachment 2) 52.212-3 Representation and Certification - Commercial Items (Aug 2009). An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.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 (m) of this provision. 52.217-8 Option to Extend Services (Nov 1999) up to 6 months; 52.217-9 Option to Extend the Term of this Contract (Mar 2000). Submission of Quotation: Offeror shall submit a quotation in accordance with the solicitation instructions. Recommended format of Offeror proposal: Part 1.Technical A. Technical Capability (Offeror written proposal of its ability to meet or exceed the government requirement in accordance with the SOW, i.e. number of spaces available, security, location, insurance, etc.) Part 2. Price (Attachment 1) Part 3. Representation and Certification (Attachment 2) Quotations are due electronically on February 11, 2010 at 1630 e.s.t. by either email to Christopher.L.Jackson@dhs.gov or by fax to 214-905-5568. Quotations must be clearly marked RFQ HSCEMD-10-Q-00009...
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-MD/HSCEMD-10-Q-00009/listing.html)
 
Place of Performance
Address: To Be Determined, California, United States
 
Record
SN02056112-W 20100204/100202235919-107014723a4ce1089835e892cd053125 (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.