SOLICITATION NOTICE
72 -- 192112FLSHOTL0127 - Package #1
- Notice Date
- 10/1/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of Homeland Security, Immigration & Customs Enforcement, Laguna Administrative Center, 24000 Avila Road, 3rd Floor, Room 3104, Laguna Niguel, California, 92677, United States
- ZIP Code
- 92677
- Solicitation Number
- 192112FLSHOTL0127
- Archive Date
- 10/20/2012
- Point of Contact
- Natasha Nguyen, Phone: 949-425-7030, Jun Surla, Phone: 949-360-3073
- E-Mail Address
-
natasha.nguyen@dhs.gov, jun.surla@ice.dhs.gov
(natasha.nguyen@dhs.gov, jun.surla@ice.dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Schedule of Supplies/Services Attachment I - Statement of Work (SOW) This is a combined synopsis/proposal (RFP) 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 RFP and a written solicitation will not be issued. The Immigration and Customs Enforcement (ICE) is requesting a proposal to provide safe and secure housing facility for women, families and juveniles detainees under ICE custody care. The contractor shall provide all necessary services, labor, materials, and supplies needed for the overnight housing/hotel services in accordance with Attachment I - Statement of Work (SOW). The quantities stated are estimated to be an average 15 rooms per week (780 rooms per year). See attached Schedule of Supplies/Services and quantity. Period of performance is to begin November 1, 2012 through October 31, 2013 for the base year with four additional one year options. The Government will award on an all or none basis. FAR 52.212-2 Evaluation-Commercial Items applies with evaluation factor of: (1) ability to meet Government requirements in accordance with the SOW and (2) price. The following FAR Clauses are incorporated by reference: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, which incorporate the following Clauses: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alt 1; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.219-1 Small Business Program Representations; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting, 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Affirmative Action for Disabled Veteran Era (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act; 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121 and 13129); and 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration. Offerors will complete the information in 52.212-3 Offeror Representations and Certifications-Commercial Items and submit their representation and certifications via ORCA at http://orca.bpn.gov in response to this RFP. The Offeror may obtain the full text of the clauses electronically at web site http://www.arnet.gov/far. Request for Proposal incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-05. The North American Industry Classification System Code (NAICS) is 721110: Size Standard is $30.0 mil average annual sales. This requirement is Small Business set-aside procurement. Closing date or response date for this synopsis/proposal is October 5, 2012 at 4:00pm, Pacific Time. Only e-mail or fax responses will be accepted. Responses can be faxed to (949)-360-3013, Attn: Natasha Nguyen, or E-mail to natasha.t.nguyen@ice.dhs.gov. All responsible sources must be CCR registered and may submit a proposal which will be considered by the agency. Oral communications are not acceptable in response to this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ACL/192112FLSHOTL0127/listing.html)
- Place of Performance
- Address: DHS/ICE, 300 North Los Angeles, Los Angeles, California, 90012, United States
- Zip Code: 90012
- Zip Code: 90012
- Record
- SN02905122-W 20121003/121001234319-1da1396e04f5e0d5eb8ec19089819216 (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 |