SOLICITATION NOTICE
J -- Integrated Logistics Support (ILS) Services
- Notice Date
- 6/4/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- 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
- 20060840C
- Archive Date
- 6/26/2012
- Point of Contact
- Monica Y. Watts, Phone: 202-344-2938, Jacob Burns, Phone: 317-381-5474
- E-Mail Address
-
monica.watts@dhs.gov, jacob.j.burns@cbp.dhs.gov
(monica.watts@dhs.gov, jacob.j.burns@cbp.dhs.gov)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Synopsis ONLY!! Solicitation Number: 20060840C Notice Type: SYNOPSIS NAICS Code: The North American Industry Classification System (NAICS) code for this project is 811219, Support Other Electronic and Precision Equipment Repair and Maintenance and the business size standard is $19 million. Small Business Information: SBA Requirement Number: 1084-11-105441 This requirement will be restricted to 8(a) businesses on a competitive basis. All 8(a) certified firms are deemed eligible to submit offers. All other firms are deemed ineligible to submit offers. In addition, it has been determined that competition will not be restricted by stage (transitional or developmental) of 8(a) program participation. Place of Performance: Locations vary throughout the United States and outlying territories, competition will not be restricted geographically. Synopsis: This is a pre-solicitation notice, in accordance with FAR 5.203(a), for an 8(A) CERTIFIED SMALL BUSINESS SET-ASIDE solicitation to be issued by the Department of Homeland Security (DHS), Customs and Border Protection (CBP), Office of Information Technology (OIT), Enterprise Networks and Telecommunications Services (ENTS), Enforcement Technology Program (ETP) for Integrated Logistics Support (ILS) of services to operate a 24-hours per day/365 days per year Operations Center and to provide program management, procurement and life cycle support functions to sustain the operational availability of Enforcement Technology (ET) equipment. The contract period consists of a base period (12 consecutive months from contract award date) with four one-year option periods. This is anticipated to be a single award, hybrid Firm Fixed Price (FFP) and Cost Plus Fixed Fee (term) (CPFF) contract; therefore, the Offeror must have an approved cost accounting system or be capable of withstanding a favorable DCAA audit. Joint Ventures are allowable on competitive 8(a) set-asides. Additional information on small business Joint Ventures is accessible at the following links: http://web.sba.gov/faqs/faqindex.cfm?areaID=15 and http://www.sbaonline.sba.gov/contractingopportunities/officials/size/faq/index.html Release Date: The anticipated posting date of the solicitation is on/around June 15, 2012. Upon release to the public, the solicitation, as well as amendments, will be available at the Federal Business Opportunities website https://www.fbo.gov/. The solicitation will specify the actual date and time for receipt of proposals. It is a requirement that all Contractors be registered with Central Contractors Registry (CCR) per FAR Clause 52.204-7, Central Contractor Registration. The website may be accessed on the Internet at htttp://www.ccr.gov. No paper copies of the solicitation will be mailed and telephone requests for paper copies will not be honored. ADDITIONAL INFORMATION Site Visits: Site visits have been arranged for potential prime Offeror/teams/joint ventures to have an opportunity to visit and observe a representative sample of sites and equipment that may be utilized throughout the execution of this contract. Site visits will take place June 26 - 28, 2012. Site visits are limited to a maximum of two representatives for each potential prime Offeror/team/Joint Venture. Subcontractors will only be allowed to participate as representatives if they are included in the two representative maximum for each potential prime Offeror. For security purposes, each representative registered to participate in the site visits are subject to verification of the information submitted and a background check. The Government will perform verification and a background check on all registered representatives and reserves the right to deny admittance based upon the results. No representative substitutions are permitted, even in the event that representatives are denied admittance. In order to be considered for site visit participation, each prime Offeror/team/Joint Venture must provide registration information for both representatives in one email to CILS@CBP.DHS.GOV no later than 4:30 P.M. EST, Monday, June 11, 2012. Prime Offerors/Teams/Joint Ventures that do not furnish the required information via email prior to the deadline will not be allowed to attend the site visits. The information required for each representative is: - Last Name - First Name - Date of Birth (DOB) - Citizenship - Driver's License Number (and State) or Passport Number - Company or Organization Each registration email must also include the Prime Offeror/team/Joint Venture Point of Contact, their email address and telephone number(s). It is anticipated that DHS will provide an automatic confirmation email upon receipt of the registration information. The anticipated site visit schedule is: Site Visit #1: Albuquerque, NM Date: Tuesday, June 26 Site Visit #2: El Paso, TX Date: Wednesday, June 27 Site Visit #3: Houston, TX Date: Thursday, June 28 For each site visit, a general meeting location will be established and provided at a later date. For each site, the Government will provide transportation from the established meeting location to the CBP facility and CBP facility back to the designated meeting location. All other travel and costs associated with attendance of the site visits are the sole responsibility of the participants and their organization. During site visits, all photography, audio recording, and visual recording are strictly prohibited. Primary Point of Contact: Monica Watts Contract Specialist Monica.Watts@dhs.gov NO TELEPHONE CALLS IN REGARDS TO THE SYNOPSIS WILL BE ACCEPTED!! Contracting Office Address: Department of Homeland Security US Customs and Border Protection Office of Administration - Procurement 1300 Pennsylvania Avenue, N.W., Room 1310 NP Washington, District of Columbia 20229 United States
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/20060840C/listing.html)
- Place of Performance
- Address: US and its territories, Washington, District of Columbia, 20229, United States
- Zip Code: 20229
- Zip Code: 20229
- Record
- SN02765056-W 20120606/120604234833-0cc714b5e0ace3ad7b88850c4b08716d (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 |