Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 21, 2018 FBO #5993
SOLICITATION NOTICE

R -- Custodial, Land/Grounds,Trash,Snow,Pest Services - CUS 18

Notice Date
4/19/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial 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
70B03C18Q00000094
 
Archive Date
5/15/2018
 
Point of Contact
Shelly A. Julien, Phone: 317-614-4425
 
E-Mail Address
shelly.a.julien@cbp.dhs.gov
(shelly.a.julien@cbp.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work RFQ - Requirements (1) 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 the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (2) The solicitation number is 70B03C18Q00000094 and is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 561720 Janitorial Services (Including Custodial Services, Land and Grounds Maintenance, Trash/Waste Removal, Snow Removal, and Pest Control Contract Standards) (3) This procurement shall be Small Business. All qualified, responsible sources may submit an offer that shall be considered by the agency. Offerors are advised that they are responsible for obtaining amendments. The resulting contract shall be awarded to the offeror who provides the lowest-priced technically acceptable quote in compliance with the provided Statement of Work (SOW). FOB destination shall be site address is: Sandusky Bay CBP Facility 709 South East Catawba Road Port Clinton, OH 43452 (4) The Department of Homeland Security (DHS), Customs and Border Protection (CBP) intends to award a contract for the procurement of Facility Operations Services, which includes, Custodial Services, Land and Grounds Maintenance, Trash/Waste Removal, Snow Removal, and Pest Control Contract Standards. It is required that all contractors submitting a quote review the attached STATEMENT OF WORK to review all requirements. All contractors submitting a quote shall be required to meet the requirements found in the STATEMENT OF WORK. (5) Contractors must complete and sign Blocks 13, 14, 15, and 16 on page one of this SF 18 form (RFQ Packet). In order to be considered for option years, please provide pricing for each year in with your provided quote. Quotes that are incomplete, unsigned, or late will not be considered. (6) The vendor selected for award MUST register in System for Award Management (SAM) at https://www.sam.gov/portal/SAM/#1 and receive payment via Electronic Funds Transfer (EFT) as a condition of the contract. Registration in SAM requires a valid Dun & Bradstreet (DUNS) number. No award can be made to a vendor not registered in SAM. (7) Delivery of Submittals: Contractors must complete and submit the first page of the RFQ packet as well as the attached Kennel and Vet price quote forms. Both Price Quote Forms and the first page of the RFQ packet must be RECEIVED through email or Fax by the Contract Specialist no later than April 30, 2018 at 3 P.M. Eastern Time (Indianapolis). No phone calls will be accepted. Late submissions will not be accepted. The electronic submission should be addressed to the Contract Specialist Shelly Julien via email to shelly.a.julien@CBP.DHS.GOV ; Fax number: 317-298-1344. (8) Note: Intended Period of performance shall be a base year and four possible service year: Base Year: June 1, 2018 - May 31, 2019 Service Year 1: June 1, 2019 - May 31, 2020 Service Year 2: June 1, 2020 - May 31, 2021 Service Year 3: June 1, 2021 - May 31, 2022 Service Year 4: June 1, 2022 - May 31, 2023 Actual period of performance dates shall be outlined at award. (9) The Service Contract Act (SCA) Wage Determination (WD) 15-4233, Rev 3 and Executive Order (EO) 13658 are applicable to this requirement. (10) Wage Determination Information, (WDOL) is part of the Integrated Acquisition Environment, one of the E-Government initiatives in the President's Management Agenda. It is a collaborative effort of the Office of Management and Budget, Department of Labor, Department of Defense, General Services Administration, Department of Energy, and Department of Commerce. This website provides a single location for federal contracting officers to use in obtaining appropriate Service Contract Act (SCA) and Davis-Bacon Act (DBA) wage determinations (WDs) for each official contract action. The website is available to the general public as well. Guidance in selecting WDs from this website is provided in the WDOL.gov User's Guide. Web site https://www.wdol.gov/ (11) Attachments: 1. Request for Quote (RFQ) Packet 70B03C18Q00000094 2. Statement of Work (SOW)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/FPSB/70B03C18Q00000094/listing.html)
 
Place of Performance
Address: Sandusky Bay CBP Facility, 709 South East Catawba Road, Port Clinton,, Ohio, 43452, United States
Zip Code: 43452
 
Record
SN04894725-W 20180421/180419230439-917b9f05e552c457e19a903fb2fb1389 (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.