MODIFICATION
J -- HVAC Maintenange Agreement - Responses to Questions
- Notice Date
- 8/29/2012
- Notice Type
- Modification/Amendment
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- 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
- 192112VSA00000034
- Archive Date
- 9/20/2012
- Point of Contact
- Christopher Trujillo, Phone: 2149055575
- E-Mail Address
-
Christopher.H.Trujillo@ice.dhs.gov
(Christopher.H.Trujillo@ice.dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Responses to Questions. (i) 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 192112VSA00000035 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-60, effective July 26, 2012. This procurement is being issued as a 100% SMALL BUSINESS SET-ASIDE IAW FAR 19.502 (a). The North American Industry Classification System (NAICS) code is 811310 and the small business size standard $7.0 million. (ii) The Government intends to award one contract for an HVAC Maintenance and Monitoring Services in accordance with the attached Statement of Work (SOW). The contract is going to be a base year plus four one-year options. (iii) Include the unit price and the extended price for all CLINs The RFQ contains the following contract line item numbers (CLIN)s: CLIN 0001- Base Period - HVAC Maintenance Agreement in accordance with the SOW. Unit of Issue 12 Months X $ _________ = Total $ ___________ CLIN 0002- Base Period - Monitoring Service 24/7 in accordance with the SOW. Unit of Issue 12 Month X $ _________ = Total $ ___________ CLIN 0003- Monitoring Hardware Service Fee (if required) in accordance with the SOW. Unit of Issue 1 Ea X $ _________ = Total $ ___________ CLIN 0004- Spare Parts in accordance with the SOW. Unit of Issue 1 EA X $ _________ = Total $ ___________ CLIN 1001- Option Period 1 - HVAC Maintenance Agreement in accordance with the SOW. Unit of Issue 12 Months X $ _________ = Total $ ___________ CLIN 1002- Option Period 1 - Monitoring Service 24/7 in accordance with the SOW. Unit of Issue 12 Months X $ _________ = Total $ ___________ CLIN 2001- Option Period 2 - HVAC Maintenance Agreement in accordance with the SOW. Unit of Issue 12 Months X $ _________ = Total $ ___________ CLIN 2002- Option Period 2 - Monitoring Service 24/7 in accordance with the SOW. Unit of Issue 12 Months X $ _________ = Total $ ___________ CLIN 3001- Option Period 3 - HVAC Maintenance Agreement in accordance with the SOW. Unit of Issue 12 Months X $ _________ = Total $ ___________ CLIN 3002- Option Period 3 - Monitoring Service 24/7 in accordance with the SOW. Unit of Issue 12 Months X $ _________ = Total $ ___________ CLIN 4001- Option Period 4 - HVAC Maintenance Agreement in accordance with the SOW. Unit of Issue 12 Months X $ _________ = Total $ ___________ CLIN 4002- Option Period 4 - Monitoring Service 24/7 in accordance with the SOW. Unit of Issue 12 Months X $ _________ = Total $ ___________ (iv) The following provisions and clauses apply to this procurement: FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.203-3, Gratuities FAR 52.204-7, Central Contractor Registration. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items. FAR 52.217-8, Option to Extend Services. FAR 52.218-9, Option to Extend the Term of the Contract FAR 52.252-2, Clauses Incorporated by Reference FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, in paragraphs (b) and (c) the following clauses apply: 52.204-10, 52.209-6, 52.219-6, 52.219-14, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3 Alt II, 52.223-18, 52.225-13, 52.232-33 HSAR 3052.204-71 Contractor Employee Access (Alt II) HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates HSAR 3052.228-70 Insurance (v) FAR 52.212-3, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal); An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.acquisition.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 (o) of this provision. (vi) FAR 52.252-2, Clauses and provisions incorporated by reference. Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/ (vii) This is a competitive best value acquisition utilizing simplified acquisition procedures authorized by FAR 13, Simplified Acquisition Procedures. Award will be based on technical acceptability and price. An offer will be determined technically acceptable if no exception is taken to the specifications in the Statement of Work. Award will then be based on price. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The offeror must provide a written statement acceding to all solicitation requirements, including technical requirements and terms and conditions. (viii) Offers must be valid for a minimum of 30 days. Electronic quotes will be accepted at Christopher.H.Trujillo@ice.dhs.gov. Fax quotations will be accepted at 214-905-5568. All prospective offerors interested in submitting a quote must include company name, mailing address, point of contact, phone number, e-mail address, and business status. (ix) Contractors shall submit any questions by no later than August 28, 2011 by 14:00 PM CDT in order for the Government to respond in a timely manner. Contractors' questions received after the aforementioned time and date will not be answered by the Government. (x) Quotes are due no later than September 5, 2012, at 11:00 EST. No late quotes will be accepted. (xi) Quote Requirements: Quotes must include unit and extended prices for all line items, all required Offeror Representations and Certifications (See FAR 52.212-3 above), Offeror Cage Code and Discount Terms, if applicable. (xii) ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-MD/192112VSA00000034/listing.html)
- Place of Performance
- Address: Capitol Office Building, 800 Ponce De Leon Avenue, Santurce, Puerto Rico, 00907, United States
- Zip Code: 00907
- Zip Code: 00907
- Record
- SN02860386-W 20120831/120829235931-26b09d95c77bf1d0fa959e57c0107323 (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 |