SOLICITATION NOTICE
J -- USBP Tucson Activu ActivCare Silver Support Plan
- Notice Date
- 3/11/2025 1:33:46 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811210
—
- Contracting Office
- BORDER ENFORCEMENT CONTRACTING DIVISION WASHINGTON DC 20229 USA
- ZIP Code
- 20229
- Solicitation Number
- 20149554
- Response Due
- 3/18/2025 2:00:00 PM
- Archive Date
- 03/19/2025
- Point of Contact
- Benjamin Dorgan
- E-Mail Address
-
benjamin.j.dorgan@cbp.dhs.gov
(benjamin.j.dorgan@cbp.dhs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 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; quotations are being requested and a separate written solicitation will not be issued. The solicitation number is 20149554 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03. This requirement is being solicited as an open-market total small business set-aside. The associated NAICS code for this procurement is 811210 (Electronic and Precision Equipment Repair and Maintenance) with a small business size standard of $34.0M. The U.S. Customs and Border Protection (CBP), United States Border Patrol (USBP), Tucson Sector (TCA) has a requirement for an Activu ActivCare Silver Level Support Plan Service Contract to maintain video wall system software utilized at the Arizona Air Coordination Center (A2C2) located at 2430 South Swan Rd Tucson, AZ 85711; the requirements of this service contract are outlined in the attached Statement of Work (SOW) (solicitation Attachment 1). A. QUESTION DEADLINE: Please submit any questions concerning this solicitation at the earliest time possible to enable the Government to respond. Questions must be submitted directly by email only to benjamin.j.dorgan@cbp.dhs.gov. No phone calls. Questions not received by the question submission deadline of Thursday, March 13, 2025 at 5:00 PM Eastern Time (ET) may not be considered. B. QUOTATION SUBMISSION INSTRUCTIONS: The deadline for receipt of quotations for this requirement is: Tuesday, March 18, 2025 at 5:00 PM ET. Quotation submissions must be submitted by email only to Contracting Officer Benjamin Dorgan at: benjamin.j.dorgan@cbp.dhs.gov. Subject line of the email should read: 20149554 Quotation Submission: USBP TCA A2C2 Activu Service Contract. All pricing submitted must be valid for at least 30 calendar days after close of the solicitation. THE FOLLOWING ITEMS SHALL BE SUBMITTED WITH EACH QUOTATION: Quoters must provide their business name and System for Award Management (SAM) Unique Entity Identification (UEI) number. Quoters shall submit a firm-fixed-price quote using a copy of solicitation Attachment 2 (Quotation Pricing Sheet); pricing may be submitted in an alternative separate document; however, pricing must match the structure of the quotation pricing sheet and alternative structures will be rejected. Details shall be included supporting the price for all required deliverables. Pricing shall include all applicable fees, surcharges, etc.; any charges/costs presented after contract award shall not be considered/acceptable. Quoters shall submit a typed summary that addresses the technical and management approach to meet the requirements listed in the Statement of Work. Relevant past performance information should also be submitted including three (3) references for the same or similar work performed for Federal, State, and local government and private clients. Each quoter must provide any relevant NON-PRICING responses (e.g. technical quotation, staffing plan, specifications, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. A quoter must submit sufficient information for a technical evaluation to be made by the Government to determine if the quoter's quotation meets the minimum requirements of the SOW. The Contracting Officer is not responsible for acquiring any additional information. If description/technical data/specifications are not sufficient to make a technical acceptance decision, the quotation may be determined technically unacceptable. C. AWARD CRITERIA: Quotations that do not respond to all requirements in the solicitation may be rejected without further evaluation, deliberation, or discussion. The Government reserves the right to award without discussions. The Government anticipates award of a Purchase Order resulting from this solicitation; award will be made to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government and whose quote is the Lowest Priced Technically Acceptable (LPTA). The quote with the lowest evaluated price will be evaluated for technical acceptability and acceptable past performance. Only if that quote is found to be technically unacceptable or to have unacceptable past performance will the evaluation proceed to the quote with the next lowest evaluated price. This process will continue until the lowest priced technically acceptable quote, with acceptable past performance, is found. For this solicitation, the evaluation factors are: TECHNICAL AND MANAGEMENT APPROACH (non-price), PAST PERFORMANCE (non-price), and PRICE. Please see solicitation Attachment 3 for all commercial item terms and conditions as well as the provisions and clauses that apply to this acquisition including but not limited to FAR 52.212-1, 52.212-2, 52.212-3, 52.212-4 and 52.212-5. NOTICE: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation, 52.222-25, Affirmative Action Compliance, and paragraphs (d) & (t) of 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services. Additional examples include 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services, and 52.213-4, Terms and Conditions�Simplified Acquisitions (Other Than Commercial Products and Commercial Services). Components shall not consider or use these representations. Contracting officers will not consider the following representations when making award decisions or enforce requirements: Paragraph (d) and (t) of 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services; Paragraphs (b)(33), (b)(34), (e)(1)(ix), and (e)(1)(x) of 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services. Additionally, per this deviation, in paragraph (b)(46), E.O. 14057 does not apply; Paragraphs (e)(1)(ii)(I) and (e)(1)(ii)(J) of Alternate II of 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services; and Paragraphs (a)(1)(vii) and (a)(1)(viii) of 52.213-4, Terms and Conditions�Simplified Acquisitions (Other Than Commercial Products and Commercial Services). Additionally, per this deviation, in paragraph (b)(1)(xvii), E.O. 14057 does not apply. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. D. SOLICITATION ATTACHMENTS: Statement of Work (SOW) Quotation Pricing Sheet Applicable Contract Clauses and Solicitation Provisions Applicable U.S. Department of Labor Wage Determination: Arizona County of Pima Brand Name Only Determination
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e7bb864442f64842a3c61dde9fa0b1da/view)
- Place of Performance
- Address: Tucson, AZ, USA
- Country: USA
- Country: USA
- Record
- SN07367655-F 20250313/250311230039 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |