Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2010 FBO #3043
SOLICITATION NOTICE

J -- CBP Preventative Maintenance Program (PMP) for the Western Region

Notice Date
3/23/2010
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support 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
HSBP1010R0044
 
Archive Date
5/19/2011
 
Point of Contact
Matthew A. Korn, Phone: 3176144546
 
E-Mail Address
matthew.korn@dhs.gov
(matthew.korn@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Customs and Border Protection (CBP), intends to solicit offers in response to Request for Proposal (RFP) HSBP1010R0044 for the Preventative Maintenance Program (PMP) for the Western Region. The Western Region includes 39 fully-owned and direct lease operated facility locations/campuses and 190 buildings or facilities (amounting to approximately 728,079 square feet) throughout southern California. This requirement is in response to the Request for Information (RFI) for CBP Preventative Maintenance that was issued on October 22, 2009. This requirement will be procured as a total small business set aside. The requirement will include validation of all equipment at all 190 facilities in the region during the initial phase in period. The requirement will include the preventative maintenance (PM) of equipment at all facilities throughout the region. The requirement will also include an indefinite quantity (IQ) portion from which remedial maintenance and repair task orders (valued at $300.01 - $100,000.00) for work beyond the scope of PM services for equipment can be issued. All work shall be performed in accordance with the performance work statement and request for proposal that will be provided at time of solicitation issuance. The awarded contract will consist of a 12 month base period with four 12 month option periods. Total contract period, to include options, shall not exceed 60 months. The applicable North American Industry Classification System (NAICS) code is 561210. The Small Business size standard is $35.5 million. There will be 3 scheduled site visits for this project. The time and date for the site visits will be stated in the RFP. The RFP will be issued in electronic format only and will be available in April 2010 on the Federal Business Opportunities website ( www.fbo.gov ). Please be advised the April date for solicitation posting is estimated and the actual posting date may be delayed. Please address any questions to Matthew Korn, Contract Specialist, via email at matthew.korn@dhs.gov. Telephone inquires will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/FPSB/HSBP1010R0044/listing.html)
 
Place of Performance
Address: Numerous locations throughout southern California, California, United States
 
Record
SN02100537-W 20100325/100324000146-0f0111b8843fce908902c53c7a546507 (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.