The RFP Database
New business relationships start here

OPTION - Custodial Services


Virginia, United States
Government : Homeland Security
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

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 20088481 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87. 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.FedBid.com will start on the date this solicitation is posted and will end on 2016-03-29 15:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.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: Base Period of Performance: 04/01/2016 - 03/31/2017 LI 001: Custodial, Grounds, Trash, and Pest Service, 1, AU; Option 1 Period of Performance: 04/01/2017 - 03/30/2018 LI 001: Custodial, Grounds, Trash, and Pest Service - Option Year 1, 1, AU; Option 2 Period of Performance: 04/01/2018 - 03/31/2019 LI 001: Custodial, Grounds, Trash, and Pest Service - Option Year 2, 1, AU; Option 3 Period of Performance: 04/01/2019 - 03/31/2020 LI 001: Custodial, Grounds, Trash, and Pest Service - Option Year 3, 1, AU; Option 4 Period of Performance: 04/01/2020 - 03/31/2021 LI 001: Custodial, Grounds, Trash, and Pest Service - Option Year 4, 1, AU; Solicitation and Buy Attachments ***Question Submission: Interested offerors 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.fedbid.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, FedBid, Inc. FedBid 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 Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid 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) prior to award, pursuant to applicable regulations and guidelines. 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). 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 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. Vendors shall provide three (3) past performance references at a minimum if the vendor currently does not have any past performance listed on their FEDBID activity card. CBP is requesting the following information for each past performance reference provided: Agency Name, Point of Contact, Email, Phone No., and Description of Work/Project, Contract Number, and Dollar amount. Past performance references shall be provided at the time of bid submission or before the buy closes. Past performance references may be provided as an additional attachment. The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract. In the event the Contractor effects any changes at the direction of any person other than the Contracting Officer, the changes will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. The Contracting Officer shall be the only individual authorized to accept nonconforming work, waive any requirement of the contract, or to modify any term or condition of the contract. The Contracting Officer is the only individual who can legally obligate Government funds. No cost chargeable to the proposed contract can be incurred before receipt of a fully executed contract or specific authorization from the Contracting Officer. Under no circumstances shall the Contractor, or anyone acting on behalf of the Contractor, refer to the supplies, services, or equipment furnished pursuant to the provisions of this contract in any news release or commercial advertising without first obtaining explicit written consent to do so from the Contracting Officer. The Contractor agrees not to refer to awards in commercial advertising in such a manner as to state or imply that the product or service provided is endorsed or preferred by the Federal Government or is considered by the Government to be superior to other products or services. U.S. Customs and Border Protection (CBP) personnel observe the following days as holidays: New Year's Day Labor Day Martin Luther King's Birthday Columbus Day Presidents' Day, Veterans Day Memorial Day Thanksgiving Day Independence Day Christmas Day Any other day designated by Federal statute, by Executive Order or by the President's proclamation. When any such day falls on a Saturday, the preceding Friday is observed. When any such day falls on a Sunday, the following Monday is observed. Observance of such days by Government personnel shall not be cause for an extension to the delivery schedule or period of performance or adjustment to the price, except as set forth in the contract. Except for designated around-the-clock or emergency operations, contractor personnel will not be able to perform on site under this contract with CBP on holidays set forth above. The contractor will not charge any holiday as a direct charge to the contract. In the event Contractor personnel work during a holiday other than those above, no form of holiday or other premium compensation will be reimbursed as either a direct or indirect cost. However, this does not preclude reimbursement for authorized overtime work. In the event CBP grants administrative leave to its Government employees, at the site, on-site contractor personnel shall also be dismissed if the site is being closed. However, the Contractor shall continue to provide sufficient personnel to perform around-the-clock requirements of critical efforts already in progress or scheduled and shall be guided by the instructions issued by the Contracting Officer or her/his duly appointed representative. In each instance when the site is closed to Contractor personnel as a result of inclement weather, potentially hazardous conditions, explosions, or other special circumstances; the Contractor will direct its staff as necessary to take actions such as reporting to its own site(s) or taking appropriate leave consistent with its policies. The cost of salaries and wages to the Contractor for the period of any such site closure are a reimbursable item of direct cost under the contract for employees whose regular time is normally a direct charge if they continue to perform contract work; otherwise, costs incurred because of site closure are reimbursable as indirect cost in accordance with the Contractor's established accounting policy. Any information made available to the Contractor by the Government shall be used only for the purpose of carrying out the provisions of this contract and shall not be divulged or made known in any manner to any persons except as may be necessary in the performance of the contract. B. Technical Data Rights The Contractor shall not use, disclose, reproduce, or otherwise divulge or transfuse to any persons any technical information or data licensed for use by the Government that bears any type of restrictive or proprietary legend except as may be necessary in the performance of the contract. Refer to the Rights in Data clause for additional information. C. Privacy Act In performance of this contract the Contractor assumes the responsibility for protection of the confidentiality of all Government records and/or protected data provided for performance under the contract and shall ensure that (a) all work performed by any subcontractor is subject to the disclosure restrictions set forth above and (b) all subcontract work be performed under the supervision of the Contractor or their employees. In order to request contract payment, the contractor shall submit a proper invoice, as defined by Federal Acquisition Regulation (FAR) 2.101 for payment in the manner and format described below. (a) The contractor shall submit an original invoice/ voucher, via postal mail or electronic mail (email), simultaneously to the following: 1. National Finance Center (NFC) DHS/U.S. Customs and Border Protection National Finance Center/ Commercial Accounts PO Box 68908 Indianapolis, Indiana 46268 OR email: cbpinvoices@dhs.gov Note: For invoices with payment terms less than net 30: The subject line for all emailed invoices to the NFC must include the following text: Per CBP, Net [state # days] Invoice 2. Contracting Officer or Contract Administrator (CO or CA)[fill in at time of award] DHS/U.S. Customs and Border Protection Attention: [insert name of COor CA] [insert CO or CA office designation] [insert mailing address] [insert city, state, zip code or country information] ORemail: [insert email address] 3. Contracting Officer?s Representative (COR) (fill in at time of award): DHS/U.S. Customs and Border Protection Attention: [insert name of COR] [insert COR office designation] [insert mailing address] [insert city, state, zip code or country information] ORemail: [insert email address] (b) The contractor shall submit a copy of the original invoice/ voucher for all DHS cost-reimbursement and time and material/labor hour contracts and delivery orders to the branch manager/resident auditor of the cognizant Defense Contract Audit Agency (DCAA) Field Audit Office. Copies may be sent to DCAA, via postal mail or email and must be sent at the same time the invoice/voucher is sent to the NFC, COand COR. The CO shall provide the following information: DCAA Field Office [insert name of DCAA Field Office designation] Name: [insert name of branch manager/resident auditor] [insert DCAA Field Office mailing address] [insert city/state/zip code or country information] Phone: [insert DCAA Field Office phone number] Email: [insert branch manager/resident auditor?s email address] (c) In accordance with FAR 32.904(b), the CO, in conjunction with the COR and NFC, will determine whether the invoice is proper or improper within seven (7) days of receipt. Improper invoices will be returned to the contractor within seven (7) days of receipt. REVIEW AND APPROVAL REQUIREMENTS (a) To constitute a proper invoice, invoices shall include, at a minimum, all the items required in FAR 32.905. (1) The minimum requirements are: i. Name and address of the contractor. ii. Invoice date and invoice number. iii. Contract number or other authorization for supplies delivered or services performed (including order number and contract line item number. iv. Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed. v. Shipping and payment terms (e.g. shipment number and date of shipment, discount for prompt payment terms). Bill of lading number and weight of shipment will be shown for shipments on Government bills of lading. vi. Name and address of contractor official to whom payment is to be sent (must be the same as that in the contract or in a proper notice of assignment). vii. Name (where practicable), title, phone number, and mailing address of person to notify in the event of a defective invoice. viii. Taxpayer identification number (TIN). ix. Electronic funds transfer (EFT) banking information. x. Any other information or documentation required by the contract (e.g. evidence of shipment). (2) For cost reimbursement or time and material contracts (other than a contract for a commercial item), the contractor shall bill and maintain a record of indirect costs in accordance with FAR 52.216-7(d). (b) Supplemental documentation required for review and approval of invoices, at the written direction of the contracting officer, may be submitted directly to either the contracting officer, or the contracting officer's representative. Contractors shall submit all supplemental invoice documentation along with the original invoice. (c) Invoices that fail to provide the information required by the Prompt Payment clause (FAR 52.232-25) may be rejected by the Government and returned to the contractor. ADDITIONAL INVOICE REQUIREMENTS In addition to the invoice requirements contained in FAR 32.905 and FAR 52.216-7, the following also applies: (1) Invoices must include the following information to support all costs claimed: (a) period of performance for the costs claimed; (b)current amounts for each CLIN, if applicable; (c) current direct and indirect incurred costs, including fee; (d) cumulative amounts for each CLIN; and (e) statement signed by an authorized company representative certifying that the costs in the invoice are accurate and complete. (2) The Government reserves the right to make invoice adjustments if associated costs are determined to be unallowable. The selected Offeror must comply with the following sustainability clauses, including FAR Clause 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts, and FAR Clause 52.223-10, Waste Reduction Program. The selected Offeror must comply with the following service contract labor standards clauses including FAR 52.222-41, Service Contract Labor Standards and 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards?Price Adjustment (Multiple Year and Option Contracts) Contractor will comply with the Prison Rape Elimination Act of 2003 (codified at 42 U.S.C. ?15601 et seq.), and with all applicable DHS PREA standards (found at 6 C.F.R. Part 115 and http://www.gpo.gov/fdsys/pkg/FR-2014-03-07/pdf/2014-04675.pdf) for preventing, detecting, monitoring, investigating, and eradicating any form of sexual abuse within CBP Facilities/Programs/Offices, whether owned, operated or contracted. CBP has a zero tolerance policy prohibiting all forms of sexual abuse of individuals in its custody, including in detention facilities, during transport, and during processing. The Contractor acknowledges that, in addition to ?self-monitoring requirements?, CBP will conduct announced or unannounced compliance monitoring to include ?on-site? monitoring. Failure to comply with PREA, including PREA Standards and CBP Policies may result in termination of the contract

Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com;

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP