Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2015 FBO #5006
SOLICITATION NOTICE

56 -- Fill Material and Site Prep for HWY 80, MM 390 AZ - Attachment 1 - SF18 RFQ - Statement of Work

Notice Date
8/6/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238910 — Site Preparation Contractors
 
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
20087018
 
Archive Date
9/2/2015
 
Point of Contact
TERESA L NECHVATAL, Phone: 5204072807
 
E-Mail Address
TERESA.NECHVATAL@DHS.GOV
(TERESA.NECHVATAL@DHS.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination for Cochise County, Arizona Questionnaire Matrix Description of requirements. Standard Form 18 - For Offeror to enter pricing information. REQUEST FOR QUOTE (RFQ) Requirement Title : Site Preparation and Fill Materials for Highway 80, Mile Marker 390, Arizona - PR 20087018 Issued by : US Customs & Border Protection (CBP) Contracting Officer/Point of Contact (POC) : Teresa Nechvatal, Contracting Officer E-mail Address: Teresa.Nechvatal@cbp.dhs.gov Phone: 520 407 2807 Furnish quote and pricing data to the POC and Contracting Officer on or before the closing time for this RFQ. 1. Description/Intent of Work To Be Performed : The Department of Homeland Security, U.S. Customs and Border Protection (CBP), has a requirement for fill material in support of checkpoint improvements in the Tucson Sector area of responsibility, Douglas, Arizona. The requirements are described in detail in the attached Statement of Work (SOW). 2. Acquisition Information : This combined synopsis/solicitation is prepared in accordance with the format in FAR Subpart 12.6, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. S olicitation number is 20087018 and is issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-83. The associated North American Industrial Classification System (NAICS) code for this procurement is 238910 with a small business size standard of $15.0M. This requirement is a small business set aside solicitation meaning any qualified offeror may submit bids. The attached Statement of Work (SOW) lists the requirements of this project. Services are for the US Border Patrol, Tucson Headquarters. The anticipated contract resulting from this solicitation will require work to be started not later than 30 days after award. The contractor shall furnish all labor, supervision, tools, materials, and equipment to perform requirements in accordance with the statement of work (SOW). Contractor shall be responsible for transporting all materials to the fill/processing location. Customs & Border Protection, Office of Border Patrol intends to award a Firm Fixed Price contract for this project. Each offer will be evaluated independently, only complete packages will be evaluated. Offers must meet or exceed the requirements stated in the attached SOW. After receipt of offers/quotes the Government may award without discussions, however, if necessary, the Government will seek clarification concerning an offer from the offeror. The term "offeror" or "offer" as used in FAR 52.212-1 shall be understood to mean "quoter" and "quote," respectively. Further, the term "award" shall be understood to describe the Government's issuance of an order. The following information is required in order for an Offeror's bid to be deemed 'responsive' and to be considered for award. Complete packages will consist of the following attachments, and include a brief history of the offeror's work history. Contract type is: Purchase Order (PO), Firm-Fixed Price (FFP) 3. Location of Work to Be Performed : See attached SOW. 4. Anticipated Period of Performance : Work shall commence not later than 30 days after award of order. 5. Quote Submission Instructions : This RFQ contains the following documents: •1) Attachment 1: RFQ - Standard Form 18 (SF 18) to be completed •2) Attachment 2: Statement of Work (SOW) •3) Attachment 3: Matrix/Questionnaire •4) Attachment 4: Wage Determination Submission of quotes are due by August 18, 2015 at 11:00 AM Eastern Daylight Time. There will be no extensions or exceptions to the time and date on which responses are due, unless determined otherwise by the Government. Quotes shall be valid for a minimum of 30 days after the due date. Your response, including all attachments, shall be forwarded electronically to the POC, teresa.nechvatal@cbp.dhs.gov, not later than the time identified above (8/18/2015 at 11:00 AM EST). When responding, please include "SITE PREP & FILL MATERIAL - PR 20087018" In the subject line. To verify receipt of your response, please contact POC by e-mail. Important note regarding email attachments: CBP's email system limits incoming email attachments to 10 MB per email. Contractors should ­­ not submit.zip files as these may be stripped by CBP's email system. All incoming files are scanned so there may be a delay between the time the file is submitted and the time it is received. Therefore, Contractors must ensure they submit quotes with sufficient time to reach the required destination no later than the response due date identified above. Contractors are strongly encouraged to verify receipt of their response (via email) as noted above. Contractors may submit attachments in multiple emails due to size constraints; however, the complete quote (including all required submissions) must be received by the due date and time identified above. The cutoff date for technical questions related to this request for quotes is August 13, 2015 at 12:00 PM Eastern Daylight Time. Questions received after this cutoff date may not be answered. All questions will be compiled with answers and posted as an attachment so all interested vendors can view the document. 6. Quote Requirements : CBP will conduct a streamlined evaluation of Contractors with an active SAM (System for Award Management) registration to include a DUNS number and NAICS code of 238910. CBP reserves the right to award a Delivery Order without further communication and exchange; therefore, each response to this request should contain the vendors best pricing, terms, and conditions. Quotes shall be composed of the items described below (Parts I, II, and III). The technical response (Part I) shall contain no reference to price/cost. Contractors shall identify with their submission what level of security clearance they hold (if any). This is for informational purposes and will not be used as an evaluation factor for award. There are no classified requirements under this RFQ. Please read and comply with all requirements for submitting a quote. Failure to comply with all instructions contained within this request for quote could result in the quote being ineligible for award. It is the Offeror's responsibility to ensure its quote meets all the requirements identified herein. PART I: TECHNICAL RESPONSE (5 page limit) Offerors shall submit a technical response which includes their proposed technical solution, quality control plan, transition plan, and staffing plan. The technical response is limited to 5 pages in length and includes the above plans. The body of the proposal must be formatted in 11-point Times New Roman font with 1-inch margins. 9-point font will be allowed for graphics, and 10-point font will be allowed for tables. Any information submitted beyond the 10 page limit will not be evaluated by the Government. The cover page, cover letter, and table of contents will not count toward the 5-page limit. Acknowledge all amendments to this RFQ in your cover letter. In addition, the following items (if a Contractor chooses to include them with its quote) will not count toward the 5-page limit: compliance matrix, acronym list, and table of figures The technical solution shall include a comprehensive technical approach for satisfying the requirements in the SOW that demonstrates a clear understanding of the work to be performed, including competent and thorough knowledge of the requirement(s) and demonstrated technical expertise (methodologies and procedures). The Quality Control Plan shall represent a sound approach to ensure services are performed in accordance with the SOW and at the highest level of quality standards. The plan shall include an outline of the procedures that the Contractor will use to maintain quality, timeliness, responsiveness, and positive customer satisfaction. PART II: PAST PERFORMANCE INFORMATION Offerors are asked to provide requested information shown in Attachment four. As part of their submission for Part II (Past Performance Information), Contractors shall provide a document identifying the following information on three previous projects similar to the requirements described in the Statement of Work (Attachment two): •- Prime contractor name •- Contract number/name •- Period of Performance •- Contract value •- Contract Type •- Brief description of effort (1-2 sentences maximum) •- Contracting officer name, phone number, and email address •- Contracting officer representative name, phone number, and email address PART III: SF 18 - Request for Quotation with completed pricing information. Provide a completed Standard Form 18 (attachment one), showing pricing for each line item. 7. Basis for Selection : Lowest Priced, Technically Acceptable (LPTA) - CBP will make an award to the Contractor whose quote is determined to be technically acceptable at the lowest price. Technical acceptability will be determined on a pass/fail basis. The offeror's technical response will be evaluated to determine if it meets the requirements of the Statement of Work and past performance will be evaluated satisfactory performance. Price - The price evaluation will be based on the Contractor's overall pricing for materials and surcharges. 8. Clauses: The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.202-1, Definitions; FAR 52.203.2, Certificate of Independent Price Determination; FAR 52.203-3, Gratuities; FAR 52.203-5, Covenant Against Contingent Fees; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.203-7, Anti-Kickback Procedures; FAR 52.203-8, Cancellation, Recession, and Recovery of Funds For Illegal or Improper Activity; FAR 52.203-10, Price or Fee Adjustment for Improper or Illegal Activity; FAR 52.203-13 Contractor Code of Business Ethics and Conduct; FAR 52.203-14, Display of Hotline Poster; FAR 52.204-1, Approval of Contract; FAR 52.204-3, Taxpayer Identification; FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; FAR 52.204-6 Data Universal Numbering System (DUNS) Number; FAR 52.204-7, Central Contractor Registration; 52.204-8, Annual Representations and Certifications; FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.209.5, Certification Regarding Responsibility Matters; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with the Contractor's Debarred, Suspended or Proposed for Debarment; FAR 52.209-7, Information Regarding Responsibility Matters; FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.210.-1, Market Research; FAR 52.211-5, Material Requirements; FAR 52.211-8, Time of Delivery; FAR 52.211-16, Variation in Quantity; FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3, Offerors Representations and Certifications-Commercial Items; 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; FAR 52.214-3, Amendments to Invitations for Bid; FAR 52.214-4, False Statements in Bids; FAR 52.214-5, Submission of Bids; FAR 52.214-6, Explanation to Prospective Bidders; FAR 52.214-7, Late Submissions, Modifications and Withdrawals of Bids; FAR 52.214-12, Preparation of Bids; FAR 52.214-15, Period of Acceptance for Bids; FAR 52.215-19, Notification of Ownership Changes; FAR 52.216-24, Limitation of Government Liability; FAR 52.216-25, Contract Definitization, FAR 52.217-6, Option for Increased Quantity; FAR 52.217-8, Option to Extend Services; FAR 52.219-1, Small Business Program Representation; FAR 52.219-6, Notice of Total Small Business Set Aside; Program Representation; FAR 52.222-4, Contract Work Hours and Safety Standards Act; FAR 52.222-41, Service Contract Act; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-44, Fair Labor Standards Act and Service Contract Act - Price Adjustment for Multiple and Option Year Contracts; FAR 52.222-50, Combatting Trafficking in Persons; FAR 52.223-17, Affirmative Procurement of EPA designated items in Service and Construction Contracts; FAR 52.223-18, Policies to Ban Text Messaging While Driving; FAR 52.225-1, Buy American Act - Supplies; FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities; FAR 52.228-7, Insurance - Liability to Third Persons; FAR 52.232-1, Payments; FAR 52.232-8, Discounts for Prompt Payment; FAR 52.232-11, Extras; FAR 52.232-18, Availability of Funds; FAR 52.232-19, Availability of Funds for the Next Fiscal Year; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.242-1, Notice of Intent to Disallow Costs; FAR 52.242-13, Bankruptcy; FAR 52.242-14, Suspension of Work; FAR 52.242-15, Stop Work Order, FAR 52.243-1, Changes - Fixed Price; FAR 52.243-7, Notification of Changes; FAR 52.244-6, Subcontracts for Commercial items; FAR 52.245-1, Government Property; FAR 52.246-5, Inspection of Services - Fixed Price; FAR 52.247-29, FOB - Origin; FAR 52.249-1, Termination for the Convenience of the Government - Fixed Price; FAR 52.249-8, Default Fixed Price - Supply and Service. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/20087018/listing.html)
 
Place of Performance
Address: US Border Patrol, Douglas Station, Highway 80, Mile Marker 390, Douglas, Arizona, 85607, United States
Zip Code: 85607
 
Record
SN03826523-W 20150808/150806234949-ceb3d360fa7f26895dd8d347fc005a7e (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.