이 누리집은 대한민국 공식 전자정부 누리집입니다.

한상넷 로고한상넷

전체검색영역
[미국] OFO Sweetgrass to Roosville Moving Services
구분
지원사업/입찰
출처
중소기업수출지원센터
작성자
관리자
작성일
2017.09.13
원본

 

공고명: OFO Sweetgrass to Roosville Moving Services

게시일: ;2017/09/12

마감일: 2017/09/21

수행지역: 미국

카테고리: 31 - 제조부품 

 

공고내용

 

Solicitation Number :

HSBP1017Q0114


Notice Type :

Combined Synopsis/Solicitation

 

Synopsis :


Added: Sep 11, 2017 2:38 pm
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 written solicitation will not be issued. The solicitation number is 20100892 and is issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses (including Attachment Two to the solicitation) are those in effect through Federal Acquisition Circular 2005-95. The associated NAICS code for this procurement is 484210 - (Used Household and Office Goods Moving) with a small business size standard of $27.5M. This requirement is being solicited as a total small business set-aside. All responsible sources may submit a quotation which shall be considered by the agency. The U.S. Customs and Border Protection (CBP), Office of Field Operations (OFO) Area Port of Sweetgrass has a requirement for moving services of various items such as furniture, a filing storage system and safe vaults. The majority of these items will need to be moved from the Sweetgrass Port of Entry (POE) in Sweetgrass, Montana to the Roosville Port of Entry in Eureka, Montana. A small number of items will need to be moved between the 1st floor and the 3rd floor of the Sweetgrass POE. A list of questions and answers received during development of the Government estimate and market research are attached to the solicitation as Attachment Two. ***SITE VISIT MANDATORY REQUIREMENT***A site visit is mandatory in order for the prospective offerors to take the necessary measurements, dimensions, and other pertinent information that will allow for the development of a proper proposal. Vendors who submit a proposal without a site visit will not be considered for award. Attendance for this site visit is optional for those who attended the previous site visit on August 21, 2017 for solicitation number 20100892. Failure to attend for all others will result in a non-responsive rating for proposal submission. A site visit is scheduled for the following day:Date: September 18, 2017 (Monday)Time: 11:00 A.M. MDT Location to Meet:Sweetgrass Port of Entry 39825 I-15 N Sweet Grass, MT 59484 Additional details regarding the site visit are included in the attached site visit information document. The deadline for receipt of proposals for this requirement is: Thursday, September 21, 2017 at 11:00 AM Mountain Daylight Time (MDT). Proposal submissions must be submitted only by email to Contract Specialist Benjamin Dorgan at: benjamin.j.dorgan@cbp.dhs.gov Subject line of the email should read: HSBP1017Q0114 Quotation Submission: OFO Sweetgrass Moving Services All proposal pricing must be valid for up to 30 calendar days after close of the solicitation. Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Government to respond. Questions must be submitted directly to the proposal submission point of contact as indicated above. Questions not received by the question submission deadline of: Tuesday, September 19, 2017 at 11:00 AM MDT may not be considered. In accordance with FAR 52.222-41 (Service Contract Labor Standards) Attachment Three to the solicitation includes prevailing wage rates for the State of Montana which must be adhered to in performance of the resultant contract. 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 (See Attachment Three to the solicitation for further clause and provision detail applicable to this acquisition) In addition to submitting the required proposal pricing sheet for this solicitation, each Offeror must provide any relevant NON-PRICING responses (e.g. technical proposal, product specifications, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. A bidder must submit sufficient information for a technical evaluation to be made by the Government to determine if the offeror's proposal 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 bid may be determined technically unacceptable. Emailed submissions must be in separate attachments and clearly indicate what is being provided. The following criteria must be followed when submitting proposal attachments: 1. No more than five (5) single-sided pages total for Evaluation Factor One. (TECHNICAL AND MANAGEMENT APPROACH) 2. No more than five (5) single-sided pages total for Evaluation Factor Two. (PAST PERFORMANCE) Due to restrictions on the size of email, ensure that all emails submitted are less than 5MB. If the proposal exceeds 5MB, please separate the submission into multiple emails and include in the subject line the solicitation number and # of # emails. Any electronic submission determined to contain a virus will be deleted and not viewed or accepted for consideration under this solicitation. The Government intends to award a firm fixed price purchase order. Award Criteria: 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government and whose offer is the Lowest Priced Technically Acceptable (LPTA). Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The following factors shall be used to evaluate offers: 1. TECHNICAL AND MANAGEMENT APPROACH (non-cost) Each Offeror will be evaluated on a contractor-provided approach formulated to meet the requirements of the Statement of Work (SOW). The proposal should fully outline the capabilities and methodology to provide the services as required. Proposal must include pricing for all option periods. 2. PAST PERFORMANCE (non-cost) Offerors will be evaluated on their recent (within the past 3 years) performance of relevant services as described in the requirements of the SOW. Past performance will be evaluated to determine that each offeror has performed in a satisfactory manner in the performance of similar services as those specified in the SOW and whose past performance does not pose a risk to the Government. Offerors should provide references for the same or similar work performed for Federal, State, and local government and private clients. For each services project used to demonstrate the relevant past performance, the Offeror must provide appropriate point of contact information for the individual within the client agency/firm overseeing the services performed. An Offeror may also provide information on problems encountered on the identified projects and the offer's corrective actions. The Government will consider this information, as well as information obtained from any other sources, when evaluating the offeror's past performance. An offeror will not be evaluated favorably or unfavorably on past performance if the offeror has no record of relevant past performance or for whom information on past performance is not available. 3. PRICE A comparison of proposal pricing received in response to the solicitation will be made in order to make a determination of fair and reasonable pricing in accordance with the Firm Fixed Price nature of this acquisition action. Technical and past performance, when combined, are approximately equal to price. (b) Options. N/A (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. List of Attachments to Solicitation Number HSBP1017Q0114: 1. Statement of Work (SOW)2. Q&A Received During Development of the Government Estimate and Market Research3. Site Visit Information Document4. Applicable Contract Clauses and Solicitation Provisions5. WDOL Wage Determination 96-0305 (Rev.-32) - Montana statewide6. Proposal Pricing Sheet

 

Please consult the list of document viewers if you cannot open a file.


1017Q0114 - Combined Synopsis/Solicitation Documents


Type:

Other (Draft RFPs/RFIs, Responses to Questions, etc..)


Label:

1017Q0114 - Combined Synopsis/Solicitation Documents


Posted Date:

September 11, 2017

 

 

1017Q0114_-_OFO_Sweetgrass_to_Roosville_Moving_Services_-_SOW_Solicitation.pdf (117.50 Kb)

Description: Statement of Work

 

1017Q0114_-_OFO_Sweetgrass_to_Roosville_Moving_Services_-_Q_and_A_for_Solicitation_ATT._2.pdf (93.71 Kb)

Description: Q & A

 

1017Q0114_-_OFO_Sweetgrass_to_Roosville_Moving_Services_-_SITE_VISIT_Details_ATT_3.pdf (37.38 Kb)

Description: Site Visit Details

 

1017Q0114_-_OFO_Sweetgrass_to_Roosville_Moving_Services_-_Applicable_Clauses_and_Provisions_-_ATT_4.pdf (161.79 Kb)

Description: Applicable Clauses & Provisions

 

1017Q0114_-_OFO_Sweetgrass_Moving_Services_-__WDOL_Montana_Statewide_-_ATT_5.pdf (191.41 Kb)

Description: Wage Determination

 

1017Q0114_-_OFO_Sweetgrass_Moving_Services_-_Proposal_Pricing_Sheet_ATT_6.pdf (51.68 Kb)

Description: Proposal Pricing Sheet

 

Contracting Office Address :

4760 N Oracle Rd Suite 100 Tucson, Arizona 85705 United States


Place of Performance :

Montana United States


Primary Point of Contact. :


Benjamin Dorgan,

Contract Specialist

benjamin.j.dorgan@cbp.dhs.gov

Phone: (520) 407-2808


원본 URL: https://www.fbo.gov/index?s=opportunity&mode=form&id=2edf026e9b34b04fd2bf8e957ea1dec5&tab=core&_cview=0