Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2012 FBO #3766
SOLICITATION NOTICE

S -- Pest Control Services - Combined Synopsis/Solicitation MS Word Version

Notice Date
3/15/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
Mission Support Orlando (OAQ-MR), Immigration & Customs Enforcement (ICE), Department of Homeland Security (DHS), 9411 Tradeport Dr., Orlando, Florida, 32827, United States
 
ZIP Code
32827
 
Solicitation Number
HSCEMR-12-Q-00005
 
Archive Date
5/31/2012
 
Point of Contact
Bryan A. Salas, Phone: 4074405315, Micheal E. Weaver, Phone: 407-440-5313
 
E-Mail Address
bryan.a.salas@ice.dhs.gov, micheal.e.weaver@ice.dhs.gov
(bryan.a.salas@ice.dhs.gov, micheal.e.weaver@ice.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation - MS Word Version (i) 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 this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation/synopsis' reference number is HSCEMR-12-Q-00005 and is issued as a Request for Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55 (Effective 02 Feb 2012). (iv) This requirement is a total small business set-aside, and only qualified offerors may submit quotes in accordance with FAR SUBPART 19.5-SET ASIDES FOR SMALL BUSINESS. The associated North American Industry Classification System (NAICS) code is 561710. The business size standard is $7,000,000. (v) The U.S. Immigration and Customs Enforcement (ICE) Honolulu, HI field office requires monthly pest control services for three buildings consisting of 26,730 total square feet. The Period of Performance for this requirement shall be one 12-month base period with four additional 12-month option periods as follows: Description Term Base Period May 1, 2012 through September 30, 2013 Option Period I May 1, 2013 through September 30, 2014 Option Period II May 1, 2014 through September 30, 2015 Option Period III May 1, 2015 through September 30, 2016 Option Period IV May 1, 2016 through September 30, 2017 The POP will begin upon issuance of Notice to Proceed (NTP). NTP shall be issued upon notification that at least one vendor employee has received an approved background security check. Please note that the inclusion of option(s) in the contract does not obligate the Government to exercise the option(s). Please see the attached Statement of Work (SOW) for further details on the requirements. (vi) The Government will conduct a streamlined evaluation of the quotations submitted in response to this request for quotations. The Government reserves the right to award the contract without discussions; therefore, any response to this request should contain your best pricing, terms and conditions. The Government anticipates award of a Fixed Price Contract resulting from this solicitation. (vii) The location of the office buildings where services are to be performed is 595 Ala Moana Blvd. Honolulu, HI 96813. All Offerors must comply with the following Federal Acquisition Regulation (FAR) provisions and/or clauses, which apply to this acquisition, whether incorporated by full text, or by reference: (viii) The FAR provision 52.212-1, Instructions to Offerors -- Commercial Items (Feb 2012), applies to this solicitation. (ix) The FAR provision 52.212-2, Evaluation-Commercial Items (Jan 1999) (DEVIATION), applies to this solicitation. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors, listed in order of importance shall be used to evaluate offers: Past Performance, Technical Acceptability, and Price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options (including any terms beyond initial requirement(s) if applicable in accordance with FAR Clause 52.217-8 Option to Extend Services (Nov 1999), below) to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) DOL Wage Determination 2005-2153 Rev 15, or most current version at time of award, will be incorporated into any resulting contract. Unit prices shall be inserted in the table below. Line Item Description Qty Unit Unit Price Amount 1001 Monthly Pest Control Service - BASE 12 Months $ $ 2001 Monthly Pest Control Service - OPTION YEAR I 12 Months $ $ 3001 Monthly Pest Control Service - OPTION YEAR II 12 Months $ $ 4001 Monthly Pest Control Service - OPTION YEAR III 12 Months $ $ 5001 Monthly Pest Control Service - OPTION YEAR IV 12 Months $ $ Offerors shall ensure that their proposed pricing is valid through the projected start date of May 1, 2012. Technical acceptability shall be determined by adequate documentation demonstrating ability to perform the tasks specified in the Statement of Work (SOW), possession of current required permits and business licenses allowing (or that will allow) performance of the contract Past Performance shall be determined based on submitted references. Offerors shall provide 3-5 references of recent projects (within the last 5 years), of a similar magnitude (20,000-50,000 square feet of building space in one or more buildings). Each reference provided shall include the Point Of Contact (POC) name, address, phone number and email address. If no references are provided, offeror will receive a neutral past performance rating. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) The FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items (Feb 2012), applies to this acquisition. (xii) The FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Feb 2012) applies to this acquisition and the following is a list of the additional FAR clauses cited in this clause which are applicable to this acquisition: • 52.222-50, Combating Trafficking in Persons (Feb 2009) • 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) • 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Feb 2012) • 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) • 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2011) • 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) • 52.219-13, Notice of Set-Aside of Orders (Nov 2011) • 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) • 52.222-3, Convict Labor (June 2003) • 52.222-21, Prohibition of Segregated Facilities (Feb 1999) • 52.222-26, Equal Opportunity (E.O. 11246) (MAR 2007) • 52.222-36, Affirmative Action for Workers With Disabilities (Oct 2010) • 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) • 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). • 52.225-1, Buy American Act - Supplies (Feb 2009) • 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008) • 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct. 2003) • 52.222-41, Service Contract Act of 1965 (Nov 2007) • 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) Fill in: GS-07 $18.97 • 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) • 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Sep 2009) (xiii) The following are additional contract requirements (provisions/clauses) and/or terms and conditions determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices: FAR 52.237-1 Site Visit (Apr 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: https://www.acquisition.gov/far/. FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/far/. HSAR 3052.204-71 Contractor Employee Access (JUN 2006) (a) Sensitive Information, as used in this Chapter, means any information, the loss, misuse, disclosure, or unauthorized access to or modification of which could adversely affect the national or homeland security interest, or the conduct of Federal programs, or the privacy to which individuals are entitled under section 552a of title 5, United States Code (the Privacy Act), but which has not been specifically authorized under criteria established by an Executive Order or an Act of Congress to be kept secret in the interest of national defense, homeland security or foreign policy. This definition includes the following categories of information: (1) Protected Critical Infrastructure Information (PCII) as set out in the Critical Infrastructure Information Act of 2002 (Title II, Subtitle B, of the Homeland Security Act, Public Law 107-296, 196 Stat. 2135), as amended, the implementing regulations thereto (Title 6, Code of Federal Regulations, Part 29) as amended, the applicable PCII Procedures Manual, as amended, and any supplementary guidance officially communicated by an authorized official of the Department of Homeland Security (including the PCII Program Manager or his/her designee); (2) Sensitive Security Information (SSI), as defined in Title 49, Code of Federal Regulations, Part 1520, as amended, "Policies and Procedures of Safeguarding and Control of S SI," as amended, and any supplementary guidance officially communicated by an authorized official of the Department of Homeland Security (including the Assistant Secretary for the Transportation Security Administration or his/her designee); (3) Information designated as "For Official Use Only," which is unclassified information of a sensitive nature and the unauthorized disclosure of which could adversely impact a person's privacy or welfare, the conduct of Federal programs, or other programs or operations essential to the national or homeland security interest; and (4) Any information that is designated "sensitive" or subject to other controls, safeguards or protections in accordance with subsequently adopted homeland security information handling procedures. (b) "Information Technology Resources" include, but are not limited to, computer equipment, networking equipment, telecommunications equipment, cabling, network drives, computer drives, network software, computer software, software programs, intranet sites, and internet sites. (c) Contractor employees working on this contract must complete such forms as may be necessary for security or other reasons, including the conduct of background investigations to determine suitability. Completed forms shall be submitted as directed by the Contracting Officer. Upon the Contracting Officer's request, the Contractor's employees shall be fingerprinted, or subject to other investigations as required. All contractor employees requiring recurring access to Government facilities or access to sensitive information or IT resources are required to have a favorably adjudicated background investigation prior to commencing work on this contract unless this requirement is waived under Departmental procedures. (d) The Contracting Officer may require the contractor to prohibit individuals from working on the contract if the government deems their initial or continued employment contrary to the public interest for any reason, including, but not limited to, carelessness, insubordination, incompetence, or security concerns. (e) Work under this contract may involve access to sensitive information. Therefore, the Contractor shall not disclose, orally or in writing, any sensitive information to any person unless authorized in writing by the Contracting Officer. For those contractor employees authorized access to sensitive information, the contractor shall ensure that these persons receive training concerning the protection and disclosure of sensitive information both during and after contract performance. (f) The Contractor shall include the substance of this clause in all subcontracts at any tier where the subcontractor may have access to Government facilities, sensitive information, or resources. (g) Each individual employed under the contract shall be a citizen of the United States of America, or an alien who has been lawfully admitted for permanent residence as evidenced by a Permanent Resident Card (USCIS I-551). Any exceptions must be approved by the Department's Chief Security Officer or designee. (h) Contractors shall identify in their proposals, the names and citizenship of all non-U.S. citizens proposed to work under the contract. Any additions or deletions of non-U.S. citizens after contract award shall also be reported to the contracting officer. HSAR 3052.242-72 Contracting Officer's Technical Representative (DEC 2003) (a) The Contracting Officer may designate Government personnel to act as the Contracting Officer's Technical Representative (COTR) to perform functions under the contract such as review or inspection and acceptance of supplies, services, including construction, and other functions of a technical nature. The Contracting Officer will provide a written notice of such designation to the Contractor within five working days after contract award or for construction, not less than five working days prior to giving the contractor the notice to proceed. The designation letter will set forth the authorities and limitations of the COTR under the contract. (b) The Contracting Officer cannot authorize the COTR or any other representative to sign documents, such as contracts, contract modifications, etc., that require the signature of the Contracting Officer. Provisions/Clauses incorporated by reference: FAR 52.204-7 Central Contractor Registration (Feb 2012) FAR 52.217-5 Evaluation of Options (JUL 1990) FAR 52.217-8 Option to Extend Services (Nov 1999) fill-in: within the term of the contract. FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) fill-ins: 1) within the term of the contract; 2) least 15 days before, 3) exceed 5 years, 6 months. FAR 52.219-1 Small Business Program Representations (Apr 2011) FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) FAR 52.246-4 Inspection of Services -- Fixed-Price (Aug. 1996) FAR 52.252-5 Authorized Deviations in Provisions (Apr 1984) HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (JUN 2006) Invoice Procedures: 1. Invoices shall be submitted via one of the following three methods: a. By mail: DHS, ICE Burlington Finance Center P.O. Box 1620 Williston, VT 05495-1620 Attn: ICE-DRO-FOD-FBV b. By facsimile (fax): (include a cover sheet with point of contact & # of pages) 802-288-7658 c. By e-mail: Invoice.Consolidation@dhs.gov Invoices submitted by other than these three methods will be returned. The Contractor's Taxpayer Identification Number (TIN) must be registered in the Central Contractor Registration (http://www.ccr.gov) prior to award and shall be notated on every invoice submitted to ICE to ensure prompt payment provisions are met. The ICE program office shall also be notated on every invoice. 2. The information required with each invoice submission is as follows: a. The name and address of the facility; b. Invoice date and number; c. Agreement number, Task Order Number and line item number. d. Terms of any discount for prompt payment offered; e. Name, title, and phone number of person to notify in event of defective invoice; f. Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this Agreement. (See paragraph 1 above.) Items a. through f. must be on the cover page of each invoice submission. Invoices without the above information may be returned for resubmission. Site Visit Instructions: In no event shall failure to inspect the site constitute grounds for a claim after contract award. Therefore, offerors or quoters are urged and expected to inspect the site where the work will be performed, and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. A site visit will be offered Wednesday March 21, 2012 at 9:00am (Hawaii Standard Time), at the following location: 595 Ala Moana Blvd. Honolulu, Hi 96813 Your POC at the site visit will be Judith Ho, however, all questions (including those as a result of the site visit) must be submitted in writing (email is acceptable), and received no later than 10:00am Hawaii Standard Time (4:00 PM Eastern Daylight Time) March 23, 2012, to: Bryan Salas Contract Specialist Department of Homeland Security Immigration & Customs Enforcement Office of Acquisition Management Mission Support Orlando 9495 Delegates Dr. Orlando, FL 32837-8347 Bryan.A.Salas@ice.dhs.gov Alternately, questions may also be directed to: Micheal Weaver Contracting Officer Department of Homeland Security Immigration & Customs Enforcement Office of Acquisition Management Mission Support Orlando 9495 Delegates Dr. Orlando, FL 32837-8347 Micheal.E.Weaver@ice.dhs.gov (xiv) This is not a rated order and Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation. (xv) The date, time, and place offers are due are as follows: Final offers must be submitted in writing and received no later than 10:00am Hawaii Standard Time (4:00 PM Eastern Daylight Time) March 30, 2012 to: (xvi) The name, address, and telephone number of the individual to contact for information regarding the solicitation is as follows: Bryan Salas Contract Specialist Department of Homeland Security Immigration & Customs Enforcement Office of Acquisition Management Mission Support Orlando 9495 Delegates Dr. Orlando, FL 32837-8347 Electronic submission will be accepted. Quotations may be e-mailed to Bryan.A.Salas@ice.dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cc9a7bcc97a4d86f731687c7b479a29e)
 
Place of Performance
Address: 595 Ala Moana Blvd., Honolulu, Hawaii, 96813, United States
Zip Code: 96813
 
Record
SN02697515-W 20120317/120315234658-cc9a7bcc97a4d86f731687c7b479a29e (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.