(1) 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 the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
(2) The solicitation number is 70B03C19Q00000093 and is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 561730 Landscaping Services.
(3) This procurement shall be Small Business set aside. All qualified, responsible sources may submit an offer that shall be considered by the agency. Offerors are advised that they are responsible for obtaining amendments. The resulting contract shall be awarded to the offeror who provides the lowest-priced technically acceptable (LPTA) quote in compliance with the provided Statement of Work (SOW) and attachments A, B and C. FOB destination shall be site address is:
Location Name:
Jackman Border Patrol Station
Location Address:
229 Long Pond Road, Jackman, ME 04945
Hours of Operation:
Seven days a week, 24 hours per day, 365 days per year
Compound / Perimeter Square Footage:
10 acre
Land/Ground Maintenance SF:
440,000 +/- Square Feet
Number of Buildings:
1
Building Names:
Jackman Border Patrol Station
(4) The Department of Homeland Security (DHS), Customs and Border Protection (CBP) intends to award a Blanket Purchase Agreement (BPA) for the procurement of Land/Grounds Maintenance, to include Snow Removal Services. All contractors submitting a quote shall be required to meet the requirements found in the STATEMENT OF WORK (SOW), and must provide technical requirements capability statement specifically outlining those requirements.
(5) Contractors must complete and sign Blocks 13, 14, 15, and 16 on page one of this SF 18 form (RFQ Packet). In order to be considered, a provide technical requirements capability statement specifically outlining requirements, and all option years must be individually priced/defined and provided in quote packets. A technical review determination will only be done on those quotes which provide capability specific statements of outlined requirements. Quotes that are incomplete, unsigned, or late will not be considered.
(6) The vendor selected for award MUST be currently register in System for Award Management (SAM) at https://www.sam.gov/portal/SAM/#1 and receive payment via Electronic Funds Transfer (EFT) as a condition of the contract. Registration in SAM requires a valid Dun & Bradstreet (DUNS) number. No award can be made to a vendor not registered in SAM.
(7) Delivery of Submittals: Contractors must complete and submit the first page of the RFQ packet, as well as, provide capability statements, past performance, and attached price quote for base year and each option year. Packet must be RECEIVED through email or Fax by the Contract Specialist no later than May 2, 2019 at 11:00 am. Eastern Time (Indianapolis). No phone calls will be accepted. Late submissions will not be accepted. The electronic submission should be addressed to the Contract Specialist Shelly Julien via email to shelly.a.julien@CBP.DHS.GOV; Fax number: 317-298-1344.
(8) Note: Intended Period of performance shall be a base year and four possible service year:
Base Year: June 1, 2019 - May 31, 2020
Service Year 1: June 1, 2020 - May 31, 2021
Service Year 2: June 1, 2021 - May 31, 2022
Service Year 3: June 1, 2022 - May 31, 2023
Service Year 4: June 1, 2023 - May 31, 2024
Actual period of performance dates shall be outlined at award.
(9) The Service Contract Act (SCA) Wage Determination (WD) 15-4233, Rev 3 and Executive Order (EO) 13658 are applicable to this requirement.
(10) Wage Determination Information, (WDOL) is part of the Integrated Acquisition Environment, one of the E-Government initiatives in the President's Management Agenda. It is a collaborative effort of the Office of Management and Budget, Department of Labor, Department of Defense, General Services Administration, Department of Energy, and Department of Commerce. This website provides a single location for federal contracting officers to use in obtaining appropriate Service Contract Act (SCA) and Davis-Bacon Act (DBA) wage determinations (WDs) for each official contract action. The website is available to the general public as well. Guidance in selecting WDs from this website is provided in the WDOL.gov User's Guide. Web site https://www.wdol.gov/
(11) Attachments:
1. Request for Quote (RFQ) Packet 70B03C19Q00000093
2. Statement of Work (SOW), to include Attachments A, B and C.
Shelly A. Julien, Contract Specialist, Phone 3176144425, Email shelly.a.julien@cbp.dhs.gov