Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2017 FBO #5725
SOLICITATION NOTICE

Z -- Fire Alarm System Inspection, Testing, and Maintenance - Scope of Work

Notice Date
7/25/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-MD, 7701 N. Stemmons, Dallas, Texas, 75247, United States
 
ZIP Code
75247
 
Solicitation Number
192117VNY00000167
 
Point of Contact
Terry Teichmann, Phone: 2149058308
 
E-Mail Address
terry.teichmann@dhs.gov
(terry.teichmann@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation CLIN Schedule Scope of Work for combined synopsis/solicitation. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is 192117VNY00000167 and is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95. (iv) The associated North American Industrial Classification System (NAICS) code for this procurement is 238990; the small business size standard is $15 million. This RFQ is being issued as Firm Fixed Price, and is UNRESTRICTED. Each quote will be evaluated based on low-price technically acceptability (LPTA) (v) A list of contract line item numbers (CLINS) and items, quantities (QTY) and units of measure (UM), including option(s): CLIN 0001, Service: Fire Protection System Testing, Inspection, and Maintenance in New York, NY 10001; in accordance with the attached Scope of Work (SOW). Period: Base period of performance (one year after award, approximately September 23, 2017 to September 22, 2018, Unit of Measure (UM): Monthly (MO); CLIN 1001, Service: Fire Protection System Testing, Inspection, and Maintenance in New York, NY 10001; in accordance with the attached Scope of Work (SOW). Period: Option Period 1 (one year, approximately September 23, 2018 to September 22, 2019, UM: MO; CLIN 2001; Service: Fire Protection System Testing, Inspection, and Maintenance in New York, NY 10001; in accordance with the attached Scope of Work (SOW). Period: Option Period 2 (one year, approximately September 23, 2019 to September 22, 2020, UM: MO; CLIN 3001 Service: Fire Protection System Testing, Inspection, and Maintenance in New York, NY 10001; in accordance with the attached Scope of Work (SOW). Period: Option Period 3 (one year, approximately September 23, 2020 to September 22, 2021, UM: MO; CLIN 4001; Service: Fire Protection System Testing, Inspection, and Maintenance in New York, NY 10001; in accordance with the attached Scope of Work (SOW). Period: Option Period 4 (one year, approximately September 23, 2021 to September 22, 2022, UM: MO; (vi) Description of requirement for the items to be acquired: DHS/ICE requires testing, inspection, and maintenance of the fire protection system in New York, NY 10001 in accordance with the Statement of Work (SOW). (vii) Dates and place of delivery and acceptance and FOB point: Dates of Delivery: One base year (approximately September 23, 2017, to September 22, 2018, and four, one-year, option periods (September 23, 2017 to September 22, 2018) annually each option period (anticipated); Acceptance: 30 days after receipt of order (ARO); FOB Point: Destination; (viii) Federal Acquisition Regulations (FAR) provision at 52.212-1, Instructions to Offerors-Commercial, does applies to this acquisition. (ix) FAR provision at 52.212-2, Evaluation-Commercial Items, does not apply to this solicitation. (x) To be considered responsive all offerors must have completed the annual representations and certifications electronically at https:sam.gov or submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. In addition, all offerors must submit pricing as indicated below in IVII (see below). (xi) FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) Far clause applies 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (xiii) Additional contract requirements or terms and conditions: The parking spaces will be reviewed before award to determine if they meet the criteria established in Section VI, Description of Requirement. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation. (xv) The date, time and place offers are due: July 28, 2017; 10:00 AM, Central Time (xvi) The name and telephone number of the individual to contact for information regarding this solicitation: Terry Teichmann, Contracting Officer; Terry.L.Teichmann@ice.dhs.gov or Terry.Teichmann@dhs.gov. Submit all offers by email. xvii) Request for Quotation (RFQ)-Solicitation- 192117VNY00000167 CLIN QTY U/M UNIT PRICE Extended Price 0001 12 MO __________ ______________ 1001 12 MO __________ ______________ 2001 12 MO __________ ______________ 3001 12 MO __________ _____________ 4001 12 MO __________ ______________ Total ______________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-MD/192117VNY00000167/listing.html)
 
Place of Performance
Address: 601 West 26th Street, New York, New York, 10001, United States
Zip Code: 10001
 
Record
SN04597500-W 20170727/170726043339-55fcf6667f27060f1b468b4275b652c0 (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.