Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 06, 2014 FBO #4669
MODIFICATION

R -- DHS-USCIS National Records Center & File Storage Facility, Records Operations Support Services (ROSS)

Notice Date
9/4/2014
 
Notice Type
Modification/Amendment
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Department of Homeland Security, Citizenship & Immigration Services, USCIS Contracting Office, 70 Kimball Avenue, Burlington, Vermont, 05403
 
ZIP Code
05403
 
Solicitation Number
HSSCCG-14-R-00021
 
Archive Date
8/1/2014
 
Point of Contact
Michael W. Drake, Phone: 802-872-4658, Kristie K Nestle, Phone: 8028724111
 
E-Mail Address
michael.w.drake@uscis.dhs.gov, kristie.nestle@dhs.gov
(michael.w.drake@uscis.dhs.gov, kristie.nestle@dhs.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Pre-solicitation Notice: HSSCCG-14-R-00021 Classification Code: R - Professional, Administrative and Management Support NAICS 541611 Description: This is a pre-solicitation notice published in accordance with FAR 5.203 announcing that a solicitation will be published in the Federal Business Opportunity (FedBizOpps)/FBO not earlier than 15 days from the date of this announcement to acquire Records Operations Support Services (ROSS) at two offices operated by US Citizenship & Immigration Services (USCIS). The two offices are the National Records Center, located in Lee's Summit, MO, and the File Storage Facility, located in Harrisonburg, VA. The work includes but is not limited to the following Tasks: NRC File Management, NRC Retirements, NRC Compaction, NRC Index Scanning, NRC Non-Index Scanning, NRC Mailroom/Warehouse, FSF File Operations, FSF Mailroom/Warehouse and NRC Redirect Files. The objective of the contract is to provide comprehensive records management and maintenance services in a manner that ensures timely access to complete and accurate information in support of the administration and enforcement of immigration laws. The NAICS for this acquisition is 561110, with a size standard of $7.5M. The Service Contract Act (SCA) will apply. This acquisition will be a Competitive 8(a) set-aside. This acquisition action will be restricted to SBA certified 8(a) firms; however, contract teaming is encouraged as prescribed under the SBA rules for joint ventures, prime contractor/subcontractor arrangements, and the SBA or DHS mentor/protégé procedures. The contract type is Firm Fixed Price. The period of performance will be for a base period of 12 months with four 12 month option periods for a total of 5 years. There is no guarantee that options on the follow-on years will be exercised. One contract will be awarded as a result of this solicitation. This notice is not a request for proposals and in no way obligates the Government to award any contract. The contractor shall have an approved Facility Clearance at the SECRET level by the Defense Security Service. The offeror (Prime Contractor) must have an approved facility clearance at the Secret level at the time of proposal submission. Any subcontractor that will perform work within the SECRET level must also have a facility clearance at time of award in order to perform work subject to the SECRET clearance. If the subcontractor does not have an approved facility clearance at the SECRET level prior to award, no work shall be performed at the SECRET level until a facility clearance is approved. USCIS will not sponsor any contractors. All questions concerning this competition must be directed in writing via email to the designated point of contact. No questions or inquiries will be accepted by telephone. The distribution of the resulting solicitation will be accomplished solely through the FedBizOpps website http:www.fbo.gov/. Hard copies of the solicitation documents will not be available, therefore, no written, or telephone requests for the documents will be accepted. The FedBizOpps site provides downloading instructions. All future information about this acquisition including the solicitation and any amendments will be distributed solely through the FedBizOpps site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. This notice is not a request for proposal and in no way obligates the Government to award any contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/BC/ACB/HSSCCG-14-R-00021/listing.html)
 
Place of Performance
Address: Lee's Summit, MO and Harrisonburg, VA, United States
 
Record
SN03497263-W 20140906/140905000921-2c472a7de43fb3172af38077695ff197 (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.