Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2011 FBO #3394
SOLICITATION NOTICE

W -- Lease of Port-A-Potties & Hand Wash Units - SOW

Notice Date
3/9/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
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
20056680
 
Archive Date
3/31/2011
 
Point of Contact
David M. Banks,
 
E-Mail Address
David.M.Banks@dhs.gov
(David.M.Banks@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work ((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 20056680 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) 2005-48. The associated North American Industrial Classification System (NAICS) code for this procurement is 532490 with a small business size standard of 7.0M. (3) This procurement is a Small Business Set-aside. 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. FOB destination shall be Laredo, TX 78041. (4) The Government will award a Blanket Purchase Agreement (BPA) resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on All or None and Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. (5) The Department of Homeland Security (DHS), Customs and Border Protection (CBP), Indianapolis, IN. intends to award a BPA for the lease of Port-A-Potties and Hand Washing Stations for Four (4) different locations in the Laredo, TX area on an as needed basis. All locations and requirements can be found in the attached Statement of Work (SOW). The contractor shall be responsible for providing all labor, equipment, personnel, licenses, permits, supplies and supervision. Unless otherwise specified in the contract or purchase order, the contractor is responsible for the performance of all inspection requirements and Quality Control (QC). It is required that all contractors submitting a quote review the attached STATEMENT OF WORK to review all requirements and locations. All contractors submitting a quote shall be required to meet the requirements found in the STATEMENT OF WORK. (6) The DHS, Customs and Border Protection requires pricing for the following items based on all requirements found in the STATEMENT OF WORK: a. Port-A-Potties - Leased pricing should be based on all requirements listed in the SOW and should be priced on a daily cost. Contractor should also include pricing if a discounted rate applies to a weekly or monthly lease, multiple items or any other type of discounts. b. Hand Washing Stations - Leased pricing should be based on all requirements listed in the SOW and should be priced on a daily cost. Contractor should also include pricing if a discounted rate applies to a weekly or monthly lease, multiple items or any other type of discounts. (7) Contractors shall submit a quote for each of the above stated line items with each line item priced individually. Quotes must be emailed to David Banks at david.m.banks@dhs.gov. (8) Note: Continuation of the BPA shall be based on availability of fiscal year funds. (9) The following provisions and clauses apply to this acquisition: (a) FAR 52.212-1, Instructions to Offerors - Commercial Items. (b) FAR 52.212-3, Offeror Reprsentations and Certifications - Commercial Items, applies to this acquisition. Complete only paragraph (j) of the provision if the annual representations and certifications have been completed electronically at the ORCA website at http://orca.bpn.gov. If the representations and certifications have not been completed electronically at the ORCA website, then paragraphs (b) through (j) of this provision need to be completed. (c) FAR 52.212-4 Contract Terms and Conditions - Commercial Items. (d) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, and the following clauses in paragraph (b), (c); 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13, 52.232-33, 52.239-1, 52.222-41, & 52.222-43. (e) The following additional FAR & HSAR Clauses apply to this procurement: 52.204-7 Central Contractor Registration; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.219-28 Post-Award Small Business Program Representation; 52.222-41 Service Contract Act; 52.222-50 Combating Trafficking in Persons; 52.232-18 Availability Of Funds; 52.233-1 Disputes; 52.233-4 Applicable Law For Breach Of Contract Claim; 52.242-15 Stop Work Order; 52.249-1 Termination For Convenience Of The Government; 52.252-2 Clauses Incorporated by Reference; 3052.204-71 Contractor Employee Access & 3052.242-72 Contracting Officer Representative. (10) Full Text of referenced FAR & HSAR Clauses may be accessed electronically at http://www.acquisition.gov/far/ http://www.dhs.gov/xlibrary/assets/opo_hsar_jun_2006.pdf
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/FPSB/20056680/listing.html)
 
Place of Performance
Address: Laredo, Texas, 78044, United States
Zip Code: 78044
 
Record
SN02397071-W 20110311/110309234647-4641acb659232b954c74a5b83aa0d7d3 (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.