Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 10, 2010 FBO #3273
SOLICITATION NOTICE

R -- Armored Car Services - Miami International Airport - (Draft)

Notice Date
11/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561613 — Armored Car 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
HSBP1011Q20056116
 
Archive Date
12/2/2010
 
Point of Contact
Brice Winston, Phone: 2023443645
 
E-Mail Address
brice.winston@dhs.gov
(brice.winston@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Past Performance Questionnaire #2 Past Performance Questionnaire #1 Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is HSBP1011Q20056116 and is issued as a Request for Quote, unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-46. The associated North American Industrial Classification System (NAICS) code for this procurement is 561613 - Armored Car Services. This requirement is unrestricted and only qualified offerors may submit quotes. U.S Customs and Border Protection has a requirement for following services (Meet or Exceed): Armored Car Services @ Miami International Airport - Base Year and Four (4) Option Years. Performance/requirements shall be in accordance with the attached Statement of Work. The Period of Performance for the base year shall be ten (10) months (December 1, 2010 - September 30, 2011). Option Year 1 shall commence at the end of the 10 month base year, and each additional option year shall be 12 months from the previous ending period. Option years shall be based on availability of funds. Offerors are asked to provide two or three references for similiar work performed. The attached templates are provided for references to complete. References should submit past performance questionnaires via email to brice.winston@dhs.gov. ***Questions Submission : Interested offerors must submit all questions by 3:00 pm EST on Friday November 12, 2010 via email to brice.winston@dhs.gov. Please reference the solicitation number in the "Subject" line of the email. All quotes must be received by 12:00 NOON EST on Wednesday November 17, 2010 via email to brice.winston@dhs.gov. Quote must be good for 90 calendar days after close of buy. NOTE: FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS REQUIREMENT. NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER THE CLOSING DATE. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. ORCA Requirement - Company must be registered on Online Representations and Certifications Application (ORCA) before an award can be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov/ 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; 52.204-9 Personal Identity Verification of Contractor Registration; 52.212-4 Contract Terms & Conditions Commercial Items; 52.219-28 Post-Award Small Business Program Representation; 52.222-41 Service Contract Act; 52.222-50 Combating Trafficking in Persons; 52.233-1 Disputes; 52.249-1 Termination For Convenience Of The Government; 52.217-8 Option To Extend Services; 52.217-9 Option To Extend The Term Of The Contract; 52.232-18 Availability Of Funds; 52.232-19 Availability Of Funds For The Next Fiscal Year; 3052.204-71 Contractor Employee Access and 3052.242-72 Contracting Officer Representative. FAR & HSAR Clauses Electronically accessed at https://www.acquisition.gov/far/ and http://www.dhs.gov/xlibrary/assets/opo_hsar_jun_2006.pdf 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): 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13, 52.232-33, 52.239-1, 52.222-41, 52.222-43. The full text of the referenced FAR clauses may be accessed electronically at http://www.acquisition.gov/far. Award Criteria - An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work or listed specs whichever is applicable to the buy.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/HSBP1011Q20056116/listing.html)
 
Place of Performance
Address: Miami International Airport, Miami, Florida, 33122, United States
Zip Code: 33122
 
Record
SN02324415-W 20101110/101108234315-56edee573cd11cfc92f2f31f59b027da (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.