MODIFICATION
J -- CBP Preventive Maintenance Program for the Northwest Region - Solicitation 1
- Notice Date
- 8/15/2011
- Notice Type
- Modification/Amendment
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of Homeland Security, Customs and Border Protection, Procurement Directorate - IN, 6650 Telecom Drive, Intech Two, Suite 100, Indianapolis, Indiana, 46278, United States
- ZIP Code
- 46278
- Solicitation Number
- HSBP1011R0042
- Response Due
- 10/3/2011 11:00:00 AM
- Archive Date
- 3/1/2012
- Point of Contact
- Matthew A. Korn, Phone: 3176144546
- E-Mail Address
-
matthew.korn@dhs.gov
(matthew.korn@dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- HSBP1011R0042 RFP (SF 1449) Attachment 5 (Wage Determination Listing) Attachment 4B Attachment 4A Attachment 3 (Line Item Detail) Attachment 2 (Line Item Summary) Attachment 1B (Equipment List) Attachment 1A (Facility List) Attachment 1 (PWS) The Bureau of Customs and Border Protection (CBP), intends to solicit offers in response to Request for Proposal (RFP) HSBP1011R0042 for the Preventative Maintenance Program (PMP) for the Northwest Region. During the base period, the region will consist of 24 fully-owned and direct lease operated facility locations/campuses and 73 buildings or facilities. Beginning in option period 1 additional locations will be phased-in, resulting in a total of 31 fully-owned and direct lease operated facility locations/campuses and 94 buildings or facilities (amounting to approximately 403,477 square feet) from Washington state to Minnesota. This requirement will be procured as a total small business set aside. The requirement will include validation of all equipment at all locations in the region during the initial phase in period. The requirement will include the preventative maintenance (PM) of equipment at all facilities throughout the region. The requirement will also include an indefinite quantity (IQ) portion from which major repair task orders for work beyond the scope of PM services for equipment can be issued. All work shall be performed in accordance with the performance work statement and request for proposal that will be provided at time of solicitation issuance. The awarded contract will consist of a 12 month base period with four 12 month option periods. Total contract period, to include options, shall not exceed 60 months. The applicable North American Industry Classification System (NAICS) code is 561210. The Small Business size standard is $35.5 million. There will be scheduled site visits for this project. Please see the attached RFP for further details regarding the site visits. Offerors are encouraged to participate in the site visits to satisfy themselves regarding all general and local conditions that may affect the price of contract performance, to the extent that the information is reasonably obtainable. Due to the number of locations covered under this contract it is not feasible to conduct a site visit at all locations. Four locations have been chosen for the site visits as detailed below. Potential offerors planning to attend the site visit are required to submit company name, individual's name, phone number, and email address in advance for access to these facilities. One form of government issued picture identification shall be required to be shown upon arrival. Please submit the aforementioned information to Matt Korn via matthew.korn@dhs.gov no later than 1:00 PM EDT, Thursday, August 25, 2011. An email will be sent to each attendee with the specific time for each site visit at each location. It is anticipated that this information will be provided by Friday, August 26, 2011. The locations for the site visits are as follows: Tuesday, August 30, 2011: WA0083 / WA0056 Sumas BPS (12,400 sf) WA0072 / WA0133 Lynden BPS (2,550 sf) Wednesday, August 31, 2011 WA0088 / WA0142 Blaine BPSHQ (20,602 sf) WA0067 / WA0131 Bellingham BPS (1,800 sf) and WA0132 Bellingham Garage (2,080 sf) Please address any questions to Matthew Korn, Contract Specialist, via email at matthew.korn@dhs.gov. Potential offerors must submit all questioins by September 14, 2011. Telephone inquires will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/FPSB/HSBP1011R0042/listing.html)
- Place of Performance
- Address: Numerous locations from Washington state to Minnesota, United States
- Record
- SN02535278-W 20110817/110815235933-16a9e2b78940b26c4cd0e13b310daa24 (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 |