MODIFICATION
J -- DHS/ICE - X-Ray Machine PMS for El Centro SPC
- Notice Date
- 6/27/2012
- Notice Type
- Modification/Amendment
- Contracting Office
- 24000 Avila Road, Suite 3104, Laguna Niguel, CA 92677
- ZIP Code
- 92677
- Solicitation Number
- 192112FSDECCA0041-2
- Response Due
- 7/5/2012
- Archive Date
- 1/1/2013
- Point of Contact
- Name: Monica King, Title: Contract Specialist, Phone: 9493602260, Fax: 9493603104
- E-Mail Address
-
Monica.t.king@ice.dhs.gov;
- Small Business Set-Aside
- Total Small Business
- Description
- AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is 192112FSDECCA0041-2 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 541380 with a small business size standard of $14.00M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-07-05 12:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The DHS Immigration and Customs Enforcement requires the following items, Meet or Exceed, to the following: LI 001, Preventative Maintenance Services for two (2) X-Ray Screening Machines. Autoclear Models XIS 6545 and 400T. Performed per Statement of Work (SOW). One PMS per quarter for two X-Ray Machines = 2 X 4: July, October, April, January. Location of Service: DHS/ICE/ERO Service Processing Center (SPC) 1115 North Imperial Ave El Centro, CA 92243-1739 Base Year: 6/15/12 - 6/14/13, 8, EA; LI 002, Service Calls - Hourly Rate Parts and materials will paid at cost. Pre-approval from Contracting Officer Representative (COR) must be given before any work may be performed. Cost estimated must be submitted by vendor prior to pre-approval. Repairs over $2,500 must be approved by the contracting officer. Funding will added as required. BASE YEAR, 1, HR; LI 003, Preventative Maintenance Services for two (2) X-Ray Screening Machines. Autoclear Models XIS 6545 and 400T. Performed per Statement of Work (SOW). One PMS per quarter for two X-Ray Machines = 2 X 4: July, October, April, January. Location of Service: Option Period 1: 7/15/13 - 7/14/14, 8, EA; LI 004, Service Calls - Hourly Rate Parts and materials will paid at cost. Pre-approval from Contracting Officer Representative (COR) must be given before any work may be performed. Cost estimated must be submitted by vendor prior to pre-approval. Repairs over $2,500 must be approved by the contracting officer. Funding will added as required. OPTION YEAR 1, 1, HR; LI 005, Preventative Maintenance Services for two (2) X-Ray Screening Machines. Autoclear Models XIS 6545 and 400T. Performed per Statement of Work (SOW). One PMS per quarter for two X-Ray Machines = 2 X 4: July, October, April, January. Location of Service: Option Period 2: 7/15/14 - 7/14/15, 8, EA; LI 006, Service Calls - Hourly Rate Parts and materials will paid at cost. Pre-approval from Contracting Officer Representative (COR) must be given before any work may be performed. Cost estimated must be submitted by vendor prior to pre-approval. Repairs over $2,500 must be approved by the contracting officer. Funding will added as required. OPTION YEAR 2, 1, HR; LI 007, Preventative Maintenance Services for two (2) X-Ray Screening Machines. Autoclear Models XIS 6545 and 400T. Performed per Statement of Work (SOW). One PMS per quarter for two X-Ray Machines = 2 X 4: July, October, April, January. Location of Service: Option Period 3: 7/15/15 - 7/14/16, 8, EA; LI 008, Service Calls - Hourly Rate Parts and materials will paid at cost. Pre-approval from Contracting Officer Representative (COR) must be given before any work may be performed. Cost estimated must be submitted by vendor prior to pre-approval. Repairs over $2,500 must be approved by the contracting officer. Funding will added as required. OPTION YEAR 3, 1, HR; LI 009, Preventative Maintenance Services for two (2) X-Ray Screening Machines. Autoclear Models XIS 6545 and 400T. Performed per Statement of Work (SOW). One PMS per quarter for two X-Ray Machines = 2 X 4: July, October, April, January. Location of Service: Option Period 4: 7/15/16 - 7/14/17, 8, EA; LI 010, Service Calls - Hourly Rate Parts and materials will paid at cost. Pre-approval from Contracting Officer Representative (COR) must be given before any work may be performed. Cost estimated must be submitted by vendor prior to pre-approval. Repairs over $2,500 must be approved by the contracting officer. Funding will added as required. OPTION YEAR 4, 1, HR; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Immigration and Customs Enforcement intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Immigration and Customs Enforcement is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Submit the Preventative Maintenance/Service Checklist you will use on the AUTOCLEAR Brand X-Ray Machine, Models XIS 6545 and Model 400T. Checklists submitted will be reviewed on a PASS/FAIL basis. Only submission that ?PASS? the technical review will be considered. An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work or listed specs whichever is applicable to the buy. Delivery must be made within 15 days or less after receipt of order (ARO) unless otherwise noted in the buy. The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Bid MUST be good for 30 calendar days after close of Buy. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the ?Included in another line item? function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid ?Submit a Question? feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid being determined to be non-responsive. Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). ***Read the ENTIRE Bid and Statement of Work before submitting questions.*** FAR 52.217-9 Option to Extend the Term of the Contract. (MAR 2000) 60 days, 15 days, 60 months FAR 52.232-19 Subject to Availability of Funds for the Next Fiscal Year. Beyond the Base Year and Option Year extension, Beyond the Base Year and Option Year extensions. 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses 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/these address(es): http://farsite.hill.af.mil/ CLAUSES INCORPORATED BY REFERENCE 52.204-6 Data Universal Numbering System (DUNS) Number (Apr 2008) 52.204-7 Central Contractor Registration. APR 2008 52.212-4 Contract Terms and Conditions--Commercial Items. JUN 2010 52.219-6 Notice Of Total Small Business Set-Aside. JUN 2003 52.222-3 Convict Labor. JUN 2003 52.222-50, Combating Trafficking in Persons, FEB 2009 52.223-18 Contractor Policy to Ban Text Messaging While Driving, SEP 2010 52.225-13 Restrictions on Certain Foreign Purchases. JUN 2008 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification. SEP 2010 52.232-8 Discounts for Prompt Payment (FEB 2001) 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration. OCT 2003 52.233-3 Protest After Award. AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim. OCT 2004 HSAR 3052.209-70, Prohibition on Contracts with Corporate Expatriates
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/COW/192112FSDECCA0041-2/listing.html)
- Place of Performance
- Address: Multiple shipping information.
- Zip Code: Multiple
- Zip Code: Multiple
- Record
- SN02787234-W 20120629/120627234848-0581ed818bf23c63ac51e2aa4c9dac90 (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 |