SOLICITATION NOTICE
S -- Hwy 54 Bulk Water Services - Attachments
- Notice Date
- 4/22/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 484122
— General Freight Trucking, Long-Distance, Less Than Truckload
- 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
- 20080629
- Archive Date
- 5/31/2015
- Point of Contact
- Minh Ha Do, Phone: 2023254021, Amanda R. Freeman, Phone: (202)344-1904
- E-Mail Address
-
minh.ha.do@cbp.dhs.gov, amanda.freeman@dhs.gov
(minh.ha.do@cbp.dhs.gov, amanda.freeman@dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- wage determination Past Performance References Pricing Schedule Performance Work Statement This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subparts 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 20080629 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-80. The associated North American Industrial Classification Systems (NAICS) code for this procurement is 484122 - General Freight Trucking, Long-Distance, Less Than Truckload with a Small Business Size Standard of $27.5 M. This is a total Small Business Set-Aside Competition and only qualified offerors may submit quotes. The U.S. Customs and Border Protection intends to award a contract for bulk potable water delivery to the El Paso Sector, Alamogordo Border Patrol Station Highway 54 Checkpoint, located on Highway 54 between El Paso, Texas, and Alamogordo, New Mexico. The contemplated contract will offer a base year and four option years to the successful bidder. Projected deliveries will occur year-round with a heavier delivery schedule anticipated during the summer months. Interested bidders shall have the capability to perform the functions required by the Statement of Work (SOW) (attached). CBP intends to establish a single-award Firm Fixed Price purchase order to fulfill this requirement. The resultant award will be for a period of 1 base year period and four (4) option years. The contractor will deliver water at a fixed price per 2,600 gallon load. It is anticipated that the first delivery of water may be required within 24 hours of award date. A single-award order will be made to the offeror that provides the Lowest Priced Technically Acceptable (LPTA) quote. The Government reserves the right to award without Discussions. Offeror must be registered in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in SAM, they may do so through the SAM website at https://www.sam.gov/. 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 complete the listed representations and certifications in the SAM website at https://www.sam.gov/. 1. FAR Clauses 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): 52.202-1, 52.203-5, 52.203-6, 52.203-7, 52.-204-10, 52.209-5, 52.209-6, 52.209-7, 52.209-9, 52.209-10, 52.214-34, 52.214-35, 52.216-24, 52.217-6, 52.217-8, 52.217-9, 52.219-1, 52.219-6, 52.219-8, 52.219-9, 52.219-13, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 552.222-41, 52.222-42, 52.222-43, 52.222-50, 52.222-54, 52.222-55, 52.223-18, 52.225-1, 52.225-13, 52.225-18, 52.225-25, 52.232-1, 52.232-30, 52.232-33, 52.232-36, 52.232-39, 52.233-2, 52.233-3, 52.233-4, 52.242-15, 52.243-1, 52.244-6, 52.247-15, 52.252-1. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far. 52.216-1 Type of Contract The Government contemplates award of a Firm-Fixed Price Purchase Order resulting from this solicitation. 2. Attachments - Performance Work Statement (PWS) - Pricing Schedule - Past Performance Form - Wage Determination 3. Evaluation Criteria A single-award FFP Purchase Order will be made to a responsive offeror, whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). Price: Lowest price shall be determined by evaluation of the total price of the base year and four (4) option periods. Technical: To determine technical acceptability, the offeror must be able to meet the delivery tasks, deliverables and requirements specified in the SOW. Past performance: Past performance will be used to determine risk to the Government. The Government may obtain past performance information from other than the sources identified by the offeror. The Past Performance Information requires the offeror to provide past performance references. Offerors shall provide not more than two (2) references where the offeror has performed similar requirements in the past three (3) years. The Government reserves the right to award without Discussions. 4. Quote Submission Instructions 4.1 Pricing submission: Offerors must complete the Pricing Schedule attachment to be considered for award. Offeror shall provide their quote using the unit price per 2,600 gallon load. If an offeror proposes a different size of load, the unit price must be converted to a 2,600 gallon load. Offeror must also indicate their size of load in their pricing submission if the load size is different from 2,600 gallons. Prices quoted must reflect the total price (including any transportation, taxes and/or fees) to the Government. 4.2 Technical submission: A signed and dated statement stated the offeror understands and is capable of fulfilling the requirements of this RFQ. The statement must also list the vehicles and equipment owned by the bidder to be used in fulfilling the requirements of this RFQ. If equipment is to be leased, supply the name and full contact information of the supplier of this equipment. Offerors must have the resources and ability to perform the requirements of this solicitation; in most cases this means that the bidder will be located in the vicinity of Alamogordo, New Mexico, or El Paso, Texas. If the bidder anticipates using a subcontractor, all subcontractor company information (name, address, phone number, references, and a capability statement for the subcontractor must also accompany the bid bidder's proposal submission. 4.3 Past Performance submission: Offerors must complete the Past Performance References attachment. At least two references for whom the offeror has performed similar projects of scope and complexity. The Government reserves the right to request additional references, if needed. A completed FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items - or a statement that the company is registered in SAM and that the information is current. 5. Question Submissions All questions in response to this solicitation must be submitted electronically (via email) to Minh Ha Do at Minh.ha.do@cbp.dhs.gov no later than April 24, 2015 at 12:00pm Eastern Time. This will enable CBP to post the questions and answers in a timely manner to FEDBIZOPPS and allow offerors to complete their quotes. Questions not received by April 24, 2015 at 12:00pm Eastern Time will not be considered. 6. Proposal Submissions The quotes in response to this solicitation must be submitted no later than April 29, 2015 at 12:00pm Eastern Time. Any quotes received after April 29, 2015 at 11:00am Eastern Time will not be considered. All quotes shall be sent electronically to Minh Ha Do at Minh.ha.do@cbp.dhs.gov. All attachments shall be in Microsoft Word, Microsoft Excel or PDF format. The email subject line shall include the Solicitation number. 7. The Checkpoint site is located in Otero County, New Mexico. Therefore, in accordance with the Services Contract Act (SCA) of 1965, FAR 52.222-41, July 2005, Wage Determination Number 2005-2511, Rev 19, dated 12/22/2014, is applicable to this order (See Wage Determination attached with this solicitation).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/20080629 /listing.html)
- Place of Performance
- Address: Alamogordo Station Highway 54 Checkpoint, 55 miles north of El Paso, TX, 35 miles south of Alamogordo, NM & 10 miles of Oro Grande, NM. Alamogordo Station address is:, 1997 Highway 54 South, Alamogordo, NM, 88310-7377, United States, Alamogordo, New Mexico, 88310, United States
- Zip Code: 88310
- Zip Code: 88310
- Record
- SN03707625-W 20150424/150422235027-abf0dd90500dde45a175d0e266cd984c (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 |