Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2012 FBO #3925
SOLICITATION NOTICE

J -- Security System Maintenance & Repair/Replacement Services - HSCETC-12-Q-00020

Notice Date
8/21/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-TC, 801 I STREET, NW, Suite 910, Washington, District of Columbia, 20536, United States
 
ZIP Code
20536
 
Solicitation Number
HSCETC-12-Q-00020
 
Point of Contact
Gregory A. Keller, Phone: 2027327052, Susan D Erickson, Phone: 2027322532
 
E-Mail Address
Gregory.Keller@ice.dhs.gov, Susan.d.erickson@dhs.gov
(Gregory.Keller@ice.dhs.gov, Susan.d.erickson@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 5 - Wage Determination Attachment 4 - Clauses and Provisions Attachment 3 - Past Performance Questionnaire Attachment 2 - Pricing Template Attachment 1.1 - Equipment List Attachment 1 - Statement of Work SF18 HSCETC-12-Q-00020 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and the evaluation procedures in Part 15 of the Federal Acquisition Regulation (FAR), 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 Request for Quote (RFQ) Solicitation Number is HSCETC-12-Q-00020. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-60, effective July 26, 2012. This is a total small business set-aside under NAICS Code 561621 Security System Services (except Locksmiths), the size standard of which is no more than $12.5M in average annual receipts. This requirement is subject to the Service Contract Act of 1965, and the attached wage determination (Attachment 5) is incorporated into this solicitation. Immigrations and Customs Enforcement (ICE) intends to award a Firm-Fixed Price (FFP) contract, with Optional Time-and-Materials (T&M) line itmes for security system equipment maintenance, repair, and replacement support services in accordance with the included Statement of Work (SOW). The SOW (Attachment 1), an Equipment List (Attachment 1.1), and a schedule of contract line item numbers and items (Attachment 2) are contained in this RFQ. PERIOD OF PERFORMANCE: The period of performance will be one year with four one-year options. PLACE OF PERFORMANCE: All services shall be performed at the General Services Administration's (GSA) U.S. Appraisers Building at 630 Sansome Street, San Francisco, CA 94111. The attached RFQ includes a list of contract line item number(s) and items, quantities, units of measure, description of requirements, and clauses and provisions, The following clauses and provisions are applicable to this solicitation and are incorporated by reference and any addenda will be noted: 52.212-1, Instructions to Offerors-Commercial (Feb 2012). The clause has been tailored to meet the specific requirements of the agency. The clause is contained in full text as part of this RFQ. Addendum to 52.212-1 - Instructions to Offerors - Commercial (Feb 2012) describes the Quotation instructions in detail (See Attachment 4 - Clauses and Provisions). 52.212-2, Evaluation-Commercial Items (Jan 1999). The evaluation factors are Technical / Management Approach, Past Performance, and Price as stated in the RFQ. Addendum to 52.212-2 Evaluation - Commercial Items describes the evaluation factors and criteria in detail (See Attachment 4 - Clauses and Provisions). Technical / Management Approach is the most important. Past Performance is less important than Technical / Management Approach. Price is less important than Technical / Management Approach and Past Performance taken individually. Non-price evaluation factors when combined are significantly more important than price. 52.212-3, Offeror Representations and Certifications-Commercial Items (April 2012). An Offeror shall include a completed copy of the provision with its offer unless the offeror has completed the annual representations and certifications electronically via https://www.acquisition.gov in which case, the Offeror shall only complete and submit paragraph (b) of the provision. Paragraph (b) of 52.212-3 is included as part of this RFQ (See Attachment 4 - Clauses and Provisions). 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2012). 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (MAY 2012). Attachment 4 - Clauses and Provisions included among the RFQ documents identifies the additional FAR clauses cited in this clause that are applicable to this acquisition. Additional provisions and clauses and Homeland Security Acquisition Regulation (HSAR) provisions and clauses applicable to this solicitation are also included in the Clauses and Provisions attachment. Full text of the FAR and HSAR provisions and clauses can be found at: http://farsite.hill.af.mil. Questions are due by 4:00 PM EST on August 23, 2012. Quotes are due by 12:00 PM EST, on August 31, 2012. ATTACHMENTS: - SF18 - HSCETC-12-Q-00020 - Attachment 1 - Statement of Work - Attachment 2 - Pricing Template/CLIN Structure - Attachment 3 - Past Performance Questionnaire - Attachment 4 - Clauses and Provisions - Attachment 5 - Wage Determination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-TC/HSCETC-12-Q-00020/listing.html)
 
Place of Performance
Address: General Services Administration's (GSA) U.S. Appraisers Building at 630 Sansome Street, San Francisco, California, 94111, United States
Zip Code: 94111
 
Record
SN02849542-W 20120823/120822001504-229b62c26ff44dde7cd6166db711303c (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.