S--Building Operational Services including Custodial and Pest Control
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. The solic... 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. The solicitation number is 20110927 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02. The associated North American Industrial Classification System (NAICS) code for this procurement is 561720 with a small business size standard of $18.00M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-07-10 16:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be in the Statement of Work. The DHS Customs and Border Protection (CBP) requires the following items, Meet or Exceed, to the following: LI 001: Base Period of Performance: August 1, 2019 - July 31, 2020 Custodial Services at National Air Security Operations Center (NASOC)- Jacksonville, FL (See attached SOW for details). Vendors shall attend site visit (Information found in the bid terms) in order to be considered for award., 12, MO; LI 002: Pest Control Services at National Air Security Operations Center (NASOC)- Jacksonville, FL (See attached SOW for details)., 1, au; LI 003: Supplies at National Air Security Operations Center (NASOC)- Jacksonville, FL (See attached SOW for details). All Bidders must bid $18,000.00 on Line items for supplies since these are cost reimbursable lines and cannot be reduced. These line items will be utilized for reimbursement of allowable supplies that are listed in the attached SOW. If the amount is not entered at $18,000.00 FedBid will update this after the solicitation has closed so it reflects $18,000.00 in your bid. These funds will ONLY be used for the supplies utilized under this contract, and invoices will only be paid upon CBP confirming the supplies are correct for use under the contract., 1, au; LI 004: Option Year 1 Period of Performance: August 1, 2020 – July 31,2021 Custodial Services at National Air Security Operations Center (NASOC)- Jacksonville, FL (See attached SOW for details). Vendors shall attend site visit (Information found in the bid terms) in order to be considered for award., 12, MO; LI 005: Pest Control Services at National Air Security Operations Center (NASOC)- Jacksonville, FL (See attached SOW for details)., 1, au; LI 006: Supplies at National Air Security Operations Center (NASOC)- Jacksonville, FL (See attached SOW for details). All Bidders must bid $18,000.00 on Line items for supplies since these are cost reimbursable lines and cannot be reduced. These line items will be utilized for reimbursement of allowable supplies that are listed in the attached SOW. If the amount is not entered at $18,000.00 FedBid will update this after the solicitation has closed so it reflects $18,000.00 in your bid. These funds will ONLY be used for the supplies utilized under this contract, and invoices will only be paid upon CBP confirming the supplies are correct for use under the contract., 1, au; LI 007: Option Year 2 Period of Performance: August 1, 2021 – July 31,2022 Custodial Services at National Air Security Operations Center (NASOC)- Jacksonville, FL (See attached SOW for details). Vendors shall attend site visit (Information found in the bid terms) in order to be considered for award., 12, MO; LI 008: Pest Control Services at National Air Security Operations Center (NASOC)- Jacksonville, FL (See attached SOW for details)., 1, au; LI 009: Supplies at National Air Security Operations Center (NASOC)- Jacksonville, FL (See attached SOW for details). All Bidders must bid $18,000.00 on Line items for supplies since these are cost reimbursable lines and cannot be reduced. These line items will be utilized for reimbursement of allowable supplies that are listed in the attached SOW. If the amount is not entered at $18,000.00 FedBid will update this after the solicitation has closed so it reflects $18,000.00 in your bid. These funds will ONLY be used for the supplies utilized under this contract, and invoices will only be paid upon CBP confirming the supplies are correct for use under the contract., 1, au; LI 010: Option Year 3 Period of Performance: August 1, 2022 – July 31,2023 Custodial Services at National Air Security Operations Center (NASOC)- Jacksonville, FL (See attached SOW for details). Vendors shall attend site visit (Information found in the bid terms) in order to be considered for award., 12, MO; LI 011: Pest Control Services at National Air Security Operations Center (NASOC)- Jacksonville, FL (See attached SOW for details)., 1, au; LI 012: Supplies at National Air Security Operations Center (NASOC)- Jacksonville, FL (See attached SOW for details). All Bidders must bid $18,000.00 on Line items for supplies since these are cost reimbursable lines and cannot be reduced. These line items will be utilized for reimbursement of allowable supplies that are listed in the attached SOW. If the amount is not entered at $18,000.00 FedBid will update this after the solicitation has closed so it reflects $18,000.00 in your bid. These funds will ONLY be used for the supplies utilized under this contract, and invoices will only be paid upon CBP confirming the supplies are correct for use under the contract., 1, au; LI 013: Option Year 4 Period of Performance: August 1, 2023 – July 31,2024 Custodial Services at National Air Security Operations Center (NASOC)- Jacksonville, FL (See attached SOW for details). Vendors shall attend site visit (Information found in the bid terms) in order to be considered for award., 12, MO; LI 014: Pest Control Services at National Air Security Operations Center (NASOC)- Jacksonville, FL (See attached SOW for details)., 1, au; LI 015: Supplies at National Air Security Operations Center (NASOC)- Jacksonville, FL (See attached SOW for details). All Bidders must bid $18,000.00 on Line items for supplies since these are cost reimbursable lines and cannot be reduced. These line items will be utilized for reimbursement of allowable supplies that are listed in the attached SOW. If the amount is not entered at $18,000.00 FedBid will update this after the solicitation has closed so it reflects $18,000.00 in your bid. These funds will ONLY be used for the supplies utilized under this contract, and invoices will only be paid upon CBP confirming the supplies are correct for use under the contract., 1, au; Solicitation and Buy Attachments ***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Customs and Border Protection (CBP) intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Customs and Border Protection (CBP) is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the “Included in another line item” function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid ‘Submit a Question’ feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid being determined to be non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov. No partial shipments are permitted unless specifically authorized at the time of award. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. Unless otherwise noted. ORCA Requirement - Company must be registered on Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov/ The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). All Questions must be submitted by Monday, July 1, 2019 at 3:00 PM EST to have answers provided before the close of the solicitation. Award Criteria-An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work or listed specs whichever is applicable to the buy. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. For Exact Match Only Commodity Buys- NO SUBSTITUTIONS, EXACT MATCH ONLY. The vendor may not substitute any item/service listed on this order without prior written approval from the DHS/CBP Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturer, quantity, delivery dates, or any other specifications of this RFQ. Items/services that do not conform to descriptions and part numbers found in this RFQ will be rejected at the time of delivery causing a return at the vendor's expense. For Exact Match Services Buys Only- In order for a sellers bid to be 'responsive' and considered for award, the seller is REQUIRED to document exactly how they intend to meet the requirements of the SOW. They shall document statement detailing the service for evaluation. Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. For all buys other than Exact Match Sellers MUST document what they are bidding for evaluation for award. Sellers must include, extended specs and/or manufacturer name and part numbers (if applicable). Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. FAR 52.211-6. In accordance with the IPP clause; ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PROCESSING PLATFORM (IPP) (JAN 2016), payment requests for all new awards must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). The Contractor must use IPP for contracts and orders awarded April 11, 2016 or later. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract. The IPP website address is: https:// www.ipp.gov. Contractor assistance with IPP enrollment can be obtained by contacting IPPCustomerSupport@fms.treas.gov or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer. In order to submit an accurate bid and evaluate the facilities requirements in the SOW, There will be a mandatory Site Visit. The site visit is on Thursday, June 27, 2019 at 9:00 AM ET. Any seller that wishes to attend is required to RSVP no later than June 18, 2019 at 3:00 PM ET so that clearance from NASOC can be obtained. In order to RSVP (to obtain base access to participate in the site visit) sellers MUST notify FedBid that they will attend. Send an email to roger.d.empie@cbp.dhs.gov with the attendee's name, company, home address, and social security number along with the 2 completed attachments to this buy called SITE VISIT NASOC. FedBid will provide a list of all attendees who plan to attend which will be checked against the list of those who submit the required documents on time as required for attendance. Location of site is: NASOC – Jacksonville, Administration Office Building 6222 POW-MIA Memorial Pkwy, Suite 3, Jacksonville, FL 32221 There will be no verbal Q&A at the site visit. All questions about anything seen at the site visit or in the SOW must be sent through the FedBid system for documentation to ensure all bidders have the Q&A. All personnel that will be working on site must be cleared by having a Department of Homeland Security clearance. Contractors must have employees that can pass the clearance and a plan in place to replace employees if they are found unsuitable after the completion of the background investigation. In order for a seller to be considered responsive please submit three (3) completed past performance questionnaires (preferably government contracts) to brend.mealer@cbp.dhs.gov by the closing date and time of this solicitation. If you cannot email the questionnaires please contact ClientServices at 1-877-9FEDBID 24 hours prior to the closing time of this buy. Failure to submit this information per the instructions above will result in a non responsive bid. If your company does not have past performance please provide that information via email. Option to Extend Services - FAR 52.217-8 The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. Option to Extend the term of the contract - FAR 52.217-9 - (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 Months. Service Contract Act - FAR 52.222.41 - See Attachment for full details 52.222-43 Fair Labor Standards Act and Service Contract Act Price Adjustments-See attachment for full details. Sustainability Clauses - FAR 52.223-1 FAR 52.223-2 FAR 52.223-3 FAR 52.223-4 FAR 52.223-5 FAR 52.223-9 FAR 52.223-10 FAR 52.223-11 FAR 52.223-1 52.208-9 -- Contractor Use of Mandatory Sources of Supply or Services. As prescribed in 8.005, insert the following clause: Contractor Use of Mandatory Sources of Supply or Services (May 2014) (a) Certain supplies or services to be provided under this contract for use by the Government are required by law to be obtained from nonprofit agencies participating in the program operated by the Committee for Purchase from People Who Are Blind or Severely Disabled (the Committee) under 41 U.S.C. 8504. Additionally, certain of these supplies are available from the Defense Logistics Agency (DLA), the General Services Administration (GSA), or the Department of Veterans Affairs (VA). The Contractor shall obtain mandatory supplies or services to be provided for Government use under this contract from the specific sources indicated in the contract schedule. (b) The Contractor shall immediately notify the Contracting Officer if a mandatory source is unable to provide the supplies or services by the time required, or if the quality of supplies or services provided by the mandatory source is unsatisfactory. The Contractor shall not purchase the supplies or services from other sources until the Contracting Officer has notified the Contractor that the Committee or an AbilityOne central nonprofit agency has authorized purchase from other sources. (c) Price and delivery information for the mandatory supplies is available from the Contracting Officer for the supplies obtained through the DLA/GSA/VA distribution facilities. For mandatory supplies or services that are not available from DLA/GSA/VA, price and delivery information is available from the appropriate central nonprofit agency. Payments shall be made directly to the source making delivery. Points of contact for AbilityOne central nonprofit agencies are: (1) National Industries for the Blind (NIB) 1310 Braddock Place Alexandria, VA 22314-1691 (703) 310-0500; and (2) NISH 8401 Old Courthouse Road Vienna, VA 22182 (571) 226-4660.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »