USBP Yuma Sector Waste & Recycling Collection
NOTE: THIS IS A RESOLICITATION - All interested parties that submitted proposals under FBO Solicitation # 20107067 need not resubmit past performance and business questionnaire documents. However, all... NOTE: THIS IS A RESOLICITATION - All interested parties that submitted proposals under FBO Solicitation # 20107067 need not resubmit past performance and business questionnaire documents. However, all interested parties are cautioned to review the Statement of Work and update pricing information as necessary. This is a combined synopsis/solicitation for caretaking and boarding services prepared in accordance with the format in FAR Subpart 13, 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. The solicitation number is 20107067 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 2019-01. The associated North American Industrial Classification System (NAICS) codes for this procurement are 562111 with a small business size standard of $38.5 Million. This requirement is an unrestricted announcement and any qualified offerors may submit bids. The attached Statement of Work (SOW) lists the location and requirements of this service. Services are for the US Border Patrol, Yuma Sector Headquarters. The anticipated contract resulting from this solicitation will be for a base period of one year with four (4) additional option periods consisting of one year each. Anticipated Period of Performance (PoP): Base Year - FY 19 April 1, 2019 - March 31, 2020 Option Year 1 - FY 20 April 1, 2020 - March 31, 2021 Option Year 2 - FY 21 April 1, 2021 - March 31, 2022 Option Year 3 - FY 22 April 1, 2022 - March 31, 2023 Option Year 4 - FY 23 April 1, 2023 - March 31, 2024 All offerors will provide pricing for the base period and each additional option year, offerors will use the attached Standard Form SF 18 (attachment 6) and include it with their complete proposal package. Each offer will be evaluated independently, only complete packages will be evaluated. Offers must meet or exceed the requirements stated in the attached SOW. 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. DHS Customs and Border Protection requires offerors Meet or Exceed, to the following: ATTACHMENT 1 - ATCH 1 Additional Clauses for RFQ ATTACHMENT 2 - ATCH 2 Statement of Work (SOW) ATTACHMENT 3 - ATCH 3 Wage Determination for Yuma County ATTACHMENT 4 - ATCH 4 Matrix - Questions concerning business type ATTACHMENT 5 - ATCH 5 Past Performance Information ATTACHMENT 6 - Standard Form 18 (SF-18 Request For Quote - NOT AN ORDER) Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted via e-mail to Teresa.Nechvatal@cbp.dhs.gov by March 29, 2019 by 1:00 PM EST. If applicable, a question and answer document showing the answers to all questions received in a timely manner will be uploaded as an attachment to the solicitation. The question and answer document will be uploaded one day prior to close of the solicitation for all interested vendors to review. Questions submitted after the deadline may not be considered or answered. 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. For this solicitation, DHS Customs and Border Protection intends to receive all offers by e-mail Failure to comply with the below terms and conditions may result in an offer being determined as non-responsive. Quote Requirements: CBP will conduct a streamlined evaluation of offers using Lowest Price Technically Acceptable (LPTA) procedures. CBP reserves the right to award a Purchase Order without further communication and exchange; therefore, each response to this request should contain the vendors best pricing, terms, and conditions. 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. TECHNICAL RESPONSE: Offerors shall submit a technical response to demonstrate the offeror's 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. The technical response is limited to 10 pages in length. Each page must be formatted in no less than 11 point Times New Roman font with 1-inch margins. Any information submitted beyond the 10 page limit will not be evaluated by the Government. PRICING (No page limit): Each offeror shall submit their pricing on Attachment 6 of this RFQ. In addition to submitting the filled out Attachment 6, each offeror shall submit a current copy of their schedule price lists. BASIS FOR SELECTION: CBP will make an award based on best value; the contractor whose quote is determined to be technically acceptable and considered to be the best value in price. Technical Evaluation - 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. Past performance will be evaluated to determine that each offeror has experience similar to that described in the SOW and has performed in a satisfactory manner. Price Evaluation - The price evaluation will be based on the Contractor's overall pricing for base and option periods. The Government will evaluate pricing, for each year, adding these together to get the total cost for each of the base and option years. These yearly prices will then be added together to determine the total price for the entire period of performance. The total price for the entire period of performance will be used as the offeror's lowest price Bid MUST be good for 90 calendar days after close of Buy. 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, it may do so through the SAM website at https://www.sam.gov . Clauses: See Attachment 1, Additional Clauses
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »