Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2011 FBO #3367
SOLICITATION NOTICE

S -- Armed Ground Transportation - HSCEDM-11-R-00006 Solicitation

Notice Date
2/10/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-DM, 801 I Street, NW, Suite 910, Washington, District of Columbia, 20536, United States
 
ZIP Code
20536
 
Solicitation Number
HSCEDM-11-R-00006
 
Archive Date
3/25/2011
 
Point of Contact
Murthlyn Samuel, Phone: (202)732-2560
 
E-Mail Address
murthlyn.samuel@dhs.gov
(murthlyn.samuel@dhs.gov)
 
Small Business Set-Aside
HUBZone
 
Description
HSCEDM-11-R-00006 Solicitation Part 4 HSCEDM-11-R-00006 Solicitation Part 3 HSCEDM-11-R-00006 Solicitation Part 2 HSCEDM-11-R-00006 Solicitation Part 1 This is a combined synopsis /solicitation for commercial items prepared in accordance with the format in Federal Acquisition (FAR) 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. The solicitation number is HSCEDM-11-R-00006 and is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-49 The associated North American Industry Classification System (NAICS) code is 561612. The size standard is $18.5 Million. The US Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE), Enforcement and Removal Operation (ERO) Detention Management (DM), Office of Acquisition (OAQ), intends to award a contract for services to provide transportation officers, and day to day transportation services to support the Baltimore Field Office Ground Transportation in the State of Maryland and the Pennsylvania area. The Contractor shall provide all such transportation services as required to transport detainees, securely, in a timely manner, to locations within the entire State of Maryland and the Pennsylvania area. The Contractor shall assign, at a minimum per vehicle, two persons teams of armed transportation officers. The Contractor shall be able to provide transportation services 24 hours a day, seven days a week, 365 days per year. The estimated number of detainees to be transported weekly could range from 1-250; however, in some circumstances the number of detainees to be transported may exceed 250. These detainees will be transported to various pre-determined routes within the entire State of Maryland and other surrounding states like Virginia, District of Columbia, Delaware which include detention facilities, hospitals, airports, embassies, and the York County Detention Center located in York, Pennsylvania. The Contractor shall furnish suitable vehicles (i.e. bus, van, sedan) in good condition, approved by the Government, to safely provide the required transportation services per anticipated transportation routes. The Contractor shall comply with all federal and state laws with regard to inspections, licensing, and registration for all vehicles used for transportation. This procurement is a SBA certified HUBZone Small-Business set-aside. The Government will conduct a streamlined evaluation of the proposals submitted in response to this RFP. The Government reserves the right to award a contract without discussions; therefore, any response to this RFP should include the most favorable and advantageous cost/price, technical and past performance the Offeror can submit to the Government. This contract will be awarded to the Offeror whose proposal represents the best value to the Government, cost and other factors considered. The Government contemplates award of a Firm Fixed Price Contract as a result from this solicitation. The contract vehicle will contain a 12 month base and four twelve month option periods. The anticipated period of performance for the contract is as follows: Period of Performance Base May 1, 2011 - April 30, 2012 Option I May 1, 2012 - April 30, 2013 Option II May 1, 2013 - April 30, 2014 Option III May 1, 2014 - April 30, 2015 Option IV May 1, 2015 - April 30, 2016 Inquiries and/or Questions: Should be submitted via email murthlyn.samuel@dhs.gov and received no later than 12:00 PM, EST February 24, 2011. Response Due Date: Final offers are due no later than 4:00 PM, EST on March 10, 2011 at the following address: DHS/ICE Contracting Officer: Murthlyn Samuel OAQ/MS and 5750 ICE 801 I Street NW FL 9 Suite 910 All future information about this acquisition, including solicitation and/or amendments will be distributed solely through the Federal Business Opportunities website at www.fedbizopps.gov. Interested parties are responsible for monitoring this site to ensure receipt of the most-up-to-date information regarding any future acquisition. All Contractors doing business with the Federal Government must be registered in the Central Contractor Registration (CCR) database. The website for this registration is www.ccr.gov. Please see attachments for additional information regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-DM/HSCEDM-11-R-00006/listing.html)
 
Place of Performance
Address: Maryland and Pennslyvania, United States
 
Record
SN02377069-W 20110212/110210234157-c6fdf6cd8ae301944728a75ed29837a4 (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.