Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2019 FBO #6502
SOLICITATION NOTICE

X -- Facility Rental for Naturalization Ceremonies in Indianapolis, IN - Package #1

Notice Date
9/12/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Department of Homeland Security, Citizenship & Immigration Services, USCIS Contracting Office, 70 Kimball Avenue, Burlington, Vermont, 05403
 
ZIP Code
05403
 
Solicitation Number
70SBUR19Q00000428
 
Archive Date
10/3/2019
 
Point of Contact
Jesse L Ballard, Phone: 8028724195, Amy Rotax, Phone: 802-872-4503
 
E-Mail Address
jesse.l.ballard@uscis.dhs.gov, amy.l.rotax@uscis.dhs.gov
(jesse.l.ballard@uscis.dhs.gov, amy.l.rotax@uscis.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment IV Solicitation Provisions Attachment III Statement of Work Attachment II Contract Clauses Attachment I Pricing Spreadsheet 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number 70SBUR19Q00000428 is being issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06. This is an open market solicitation. A list of contract line item number(s) and items, quantities and units of measure is listed in the attached Pricing Spreadsheet (Attachment I). The associated NAICS code is 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses) with a small business size standard of $27,500,000.00. The provision at 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. The evaluation criteria outlined in paragraph (a) of 52.212-2 applies to this acquisition. A complete copy of the provision 52.212-3, Offeror Reps and Certifications-Commercial Items shall be included with the quote (see further guidance regarding a complete quote below). The clause 52.212-4, Contract Terms and Conditions- Commercial Items applies to this acquisition as does the addendum regarding Invoicing Instructions (Attachment II, Page 9). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items applies to this acquisition and all applicable clauses are outlined in Attachment II, Pages 1-5. List of attachments: Attachment I - Pricing Spreadsheet Attachment II - Contract Clauses Attachment III - Statement of Work Attachment IV- Solicitation Provisions To be considered for award, please provide a complete quote as part of your submission by email to Jesse Ballard, jesse.l.ballard@uscis.dhs.gov and Amy Rotax amy.l.rotax@uscis.dhs.gov by Wednesday September 18, 2019 1:00 PM EST. Please note that any quotes received after 1:00 PM EST on September 18, 2019 will not be considered for award. All emails shall adhere to size limitations of the USCIS firewall which is 10MB per email. Questions will be submitted to: jesse.l.ballard@uscis.dhs.gov with a copy to amy.l.rotax@uscis.dhs.gov by Monday September 16, 2019 1:00 PM EST to be considered. No telephonic questions will be answered. RFQ 70SBUR19Q00000428 is being issued with the intent to make one (1) award. Award will be based on a lowest-price technically-acceptable quote. Submission of a complete quote constitutes affirmation of your ability to provide facility space for 12 naturalization ceremonies annually as outlined in the attached solicitation documents. Period of performance for the base period will be 11/01/2019- 10/31/2020 and shall include two (2) one (1) year option periods that if exercised shall extend the period of performance to a maximum of 36 months. Preferred dates for the base year are outlined in the Statement of Work. If dates need to be changed they shall be mutually agreed upon between USCIS and the successful vendor. The schedule for optional CLINS shall be mutually agreed upon prior to exercising the option. Amendments to this solicitation will be publicized in the same manner as the initial synopsis and solicitation (FBO). No Defense Priorities and Allocations System rating will be assigned to this solicitation or resulting contract. Place of Performance : Must be within 20 miles of the Indianapolis Field Office: 1099 N. Meridian St. 10th Floor, Indianapolis, IN 46204 A complete quote consists of : • A copy of Attachment I (Pricing Spreadsheet) with "Unit Price" filled in for the base (CLIN 0001) and all optional CLINs (CLINs 1001-2001). • A copy of Attachment II (Contract Clauses) with HSAR 2052.309-70 disclosure completed. • Agenda with proposed venue description outlining the approach to meet the requirements in the Statement of Work ( Attachment III ). • A complete copy of Attachment IV (Solicitation Provisions) with all applicable fields completed. • Cover Letter including: o Solicitation number o Vendor name and address o Point of Contact (POC) name, telephone number, email address, and address o Data Universal Number System (DUNS)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/BC/ACB/70SBUR19Q00000428/listing.html)
 
Place of Performance
Address: Must be within 20 miles of the Indianapolis Field Office: 1099 N. Meridian St. 10th Floor, Indianapolis, Indiana, 46204, United States
Zip Code: 46204
 
Record
SN05441803-W 20190914/190912230957-bd84c0d40bee99980c317e1a05e798f6 (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.