Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 02, 2018 FBO #6127
SOLICITATION NOTICE

R -- MAIL MANAGEMENT/COURIER SERVICE - Package #1

Notice Date
8/31/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
491110 — Postal Service
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
 
ZIP Code
20229
 
Solicitation Number
20103205
 
Point of Contact
Alicia Williams, Phone: 5714687038
 
E-Mail Address
alicia.williams@cbp.dhs.gov
(alicia.williams@cbp.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
WAGE DETERMINATION PWS for MAIL SERVICES (1) This is a combined synopsis/solicitation (CSS) 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 F0B03C18Q00000254 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) 2005-100. The associated North American Industrial Classification System (NAICS) code for this procurement is 491110 with a small business size standard of $7.0 million. (3) This firm fixed price procurement shall be full and open competition within the small business set-aside. All qualified, responsible sources may submit a quote that shall be considered by the agency. Vendors are advised that they are responsible for obtaining amendments. FOB destination shall be Newark, NJ. (4) The Department of Homeland Security (DHS), Customs and Border Protection (CBP), Indianapolis, IN intends to award a purchase order for the procurement of Mail Management Services. It is required that all contractors submitting a quote review the attached PERFORMANCE WORK STATEMENT (PWS) to review all requirements. All vendors submitting a quote shall be required to meet the requirements found in the PWS. Award will be based on Lowest Price Technically Acceptable (LPTA) (5) SITE VISIT REQUIREMENTS: A site visit and walk through is required before the submission of quotes. This site visit is limited to key personnel from each organization that will be performing the work on this requirement. Notification of attendance must be submitted via email to Jennifer Lonczak at Jennifer.Lonczakcbp.dhs.gov (also, cc: Alicia Williams via email to: Alicia.Williams@cbp.dhs.gov) no later than (NLT) 09/04/2018 at 04:00pm Eastern Time. Notification of attendance shall include the full name of the attendee(s), date of birth, Last four (4) of Social Security Number, phone number, email address and the name of the Company which they represent. The Site Visit is scheduled for 09/05/2018 at 11:00am Eastern Daylight Time (EDT ) Vendors are to meet the government personnel at 1100 Raymond Blvd. Newark, NJ 07102. (6) Note: Period of performance for the contract shall be one (1) base year plus four (4) one year options. Total POP is 09/29/2018 - 09/28/2023, if all options are exercised. (7) QUOTATION SUBMISSION REQUIREMENTS: The vendor shall submit electronic copies of the quotation via email to Alicia.Williams@cbp.dhs.gov NLT 09/10/2018 NLT 11:30am (EDT). All questions concerning the CSS must be submitted via email to Alicia.Williams@cbp.dhs.gov. All questions must be submitted NLT 09/06/2018 at Noon EDT. All quotations shall include: (a) Cover Sheet: A. Tax Identification Number (TIN) B. Dun & Bradstreet Number (DUNS) C. Contact Name D. Contact Email Address E. Contact Phone Number F. Contact Fax Number G. Complete Business Mailing Address Please ensure that your firm is registered in SAM ( http://www.sam.gov ). (b) Technical Quotation shall include: (1) The vendor shall be adequately staffed to perform all aspects of the PWS; and, (2) The vendor must have management staff capable of duties as defined in the PWS; and, (3) The vendor must have vehicle(s) necessary to complete the tasks defined in the PWS. Any vendor submitting a quote to this CSS must submit documentation that allows the contract specialist/evaluation team to determine the vendor technically acceptable. This documentation can be in the form of a written narrative, but in no instance shall the documentation exceed ten (10) pages. (c) Price Quote: Please breakout each year, as follows: Base Year CLIN 10 (Mail Management Services) $____ CLIN 20 (Fuel Reimbursement) $____ SubTotal $_____ Option Year 1 $ Option Year 2 $ Option Year 3 $ Option Year 4 $ Total $ NOTE: THE GOVERNMENT SHALL NOT COMPENSATE THE VENDOR FOR ANY QUOTATION DEVELOPMENT COSTS RELATED TO THIS SOLICITATION. (d) Past Performance: Each vendor shall complete and submit summaries for not more than three (3) relevant projects. Relevant projects are those that are similar to those requested in this contract. All references should be either ongoing or completed within the last three years. The relevant projects summaries shall include the following information not to exceed one (1) page for each project (total page limit not to exceed 3 pages): Project Name Date of Contract Type of Contract Dollar Value of Contract Period of Performance Description of services provided Name, email and telephone numbers for points of contact (include Program Manager, Contracting Officer and/or the Contracting Officer Representative) Describe the relevance to the current requirement being solicited; Contact information must be current. Vendors are responsible for ensuring that the telephone numbers provided for the customer's representative indicated on each Project Summary are accurate and that the representative is aware that the U.S. Customs and Border Protection Procurement Office may be contacting them regarding the vendor's past performance. Vendors must either provide the above information or affirmatively state that it possesses no relevant, directly related, or similar past performance. If no past performance references are submitted, then a rating of neutral will be assigned. The CO reserves the right to consider past performance information that is obtained from additional sources. (8) ASSUMPTIONS, CONDITIONS, OR EXCEPTIONS Vendors must submit, under separate cover, all (if any) assumptions, conditions, or exceptions with any of the terms and conditions of the PWS. If not noted in this section of your quotation, it will be assumed that the vendor proposes no assumptions for award, and agrees to comply with all of the terms and conditions as set forth herein. (9) ATTACHMENTS: (a) Performance Work Statement (70B03C18Q00000254 Mail Management) (b) SCA Wage Determination 2015-4211
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/20103205/listing.html)
 
Place of Performance
Address: 1100 RAYMOND BLVD, NEWARK, New Jersey, 07102, United States
Zip Code: 07102
 
Record
SN05068198-W 20180902/180831231636-f4a54e301a4c55bf9d8d112c1ef6504c (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.