Search Contract Opportunities

Detroit BPA Facilities Maintenance

ID: RFQ1412607 • Alt ID: 20114761 • Type: Solicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

U.S. Customs and Border Protection (CBP) is issuing this competitive RFQ to solicit selected General Services Administration (GSA), Federal Supply Schedule contract holders for the purpose of entering into a task order under an existing GSA schedule contract. CBP will conduct this acquisition using Subpart 8.4 under the Federal Acquisition Regulation (FAR). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-03. Service Contract Act Wage Determination # 2015-4839 Rev. 10, dated 12/23/2019 applies to this requirement. If you are interested in this acquisition, you may participate by submitting your response in accordance with the instructions included herein. The RFQ due date is no later than February 20, 2020 at 12:00pm Noon Eastern Time. Submission shall be via email to the contract specialist listed in proposal submission section below. It is the offeror's responsibility to read the RFQ and all related documents carefully and completely, to ensure the Government receives their submission on or before the date/time specified. Offerors are required to submit a technical proposal, past performance information and a price proposal to Government officials for the purposes of assuring the prospective contractor has a complete understanding of the scope of this effort and has the capability to complete all statement of work (SOW) requirements. The Government will award a contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on All or None and Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. If you have questions regarding this requirement, please submit your inquiries via email to mistelle.watkins@dhs.gov no later than February 17, 2020 at 12:00 pm EST. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective offerors. FOB-Destination: U.S. Border Patrol, Detroit Station 11700 East Jefferson Avenue Detroit, MI 48214 PERIOD OF PERFORMANCE The period of performance for this effort comprises one base year of twelve calendar months from the date of award and three option year periods. Continuation of the agreement each year will be dependent on the availability of funds. SITE VISIT REQUIREMENTS - A site visit and walk through is REQUIRED before the submission of proposals. - This site visit is limited to key personnel from each organization that will be performing the work on this requirement. - Site visit is scheduled for February 13, 2020 from 8:00am EST to 9:30am EST. - Notification of attendance must be submitted in email to Mike Desrosiers at michel.j.desrosiers@cbp.dhs.gov and Fred Schwark at frederick.schwark@associates.cbp.dhs.gov (also, cc: Mistelle Watkins via email to: mistelle.watkins@cbp.dhs.gov) no later than Tuesday, February 11, 2020 at 12:00pm Eastern Time. PROPOSAL SUBMISSION REQUIREMENTS: A. General Information: The vendor shall submit electronic copies of the proposal via email to mistelle.watkins@dhs.gov no later than (NLT) February 20, 2020 at 12:00pm Noon Eastern Time All proposals shall include: A. Tax Identification Number (TIN) B. Dun & Bradstreet Number (DUNS) C. North American Industrial Classification System (NAICS) D. Contact Name E. Contact Email Address F. Contact Phone Number G. Contact Fax Number H. Complete Business Mailing Address Ensure that your firm is registered in System for Acquisition Management (SAM) at www.sam.gov The following information shall be included in each set of submitted proposal and labeled accordingly: B. Submission Requirements: Price Proposal Factor 1 The offeror shall submit a firm-fixed-price proposal in accordance with the CLIN structure of the solicitation. All pricing shall be all-inclusive of SOW requirements. Price quotations shall be based on current GSA Schedule rates. Vendors are encouraged to discount their GSA rates. Base Year (03/15/2020-03/31/2021) CLIN 0010 -- Custodial Services-Detroit BPS -- IAW SOW CLIN 0020 Grounds Maintenance Services- Detroit BPS -- IAW SOW CLIN 0030 Snow Removal Services- Detroit BPS -- IAW SOW CLIN 0040 Trash Removal Services- Detroit BPS -- IAW SOW CLIN 0050 Pest Control Services- Detroit BPS -- IAW SOW Option Year 1 (04/01/2021-03/31/2022) CLIN 0110 -- Custodial Services-Detroit BPS -- IAW SOW CLIN 0120 Grounds Maintenance Services- Detroit BPS -- IAW SOW CLIN 0130 Snow Removal Services- Detroit BPS -- IAW SOW CLIN 0140 Trash Removal Services- Detroit BPS -- IAW SOW CLIN 0150 Pest Control Services- Detroit BPS -- IAW SOW Option Year 2 (04/01/2022-03/31/2023) CLIN 0210 -- Custodial Services-Detroit BPS -- IAW SOW CLIN 0220 Grounds Maintenance Services- Detroit BPS -- IAW SOW CLIN 0230 Snow Removal Services- Detroit BPS -- IAW SOW CLIN 0240 Trash Removal Services- Detroit BPS -- IAW SOW CLIN 0250 Pest Control Services- Detroit BPS -- IAW SOW Option Year 3 (04/01/2023-03/31/2024) CLIN 0310 -- Custodial Services-Detroit BPS -- IAW SOW CLIN 0320 Grounds Maintenance Services- Detroit BPS -- IAW SOW CLIN 0330 Snow Removal Services- Detroit BPS -- IAW SOW CLIN 0340 Trash Removal Services- Detroit BPS -- IAW SOW CLIN 0350 Pest Control Services- Detroit BPS -- IAW SOW NOTE: THE GOVERNMENT SHALL NOT COMPENSATE THE VENDOR FOR ANY PROPOSAL DEVELOPMENT COSTS RELATED TO THIS SOLICITATION. Technical Approach Factor 2 The offeror shall provide a technical proposal that establishes the offeror's ability to meet all requirements listed within this request for proposal and corresponding attachments. The government will consider such items as background investigation, quality of materials proposed, corporate experience for similar requirements, schedule and approach to completion and teaming approach needed to meet the aggressive timeline. The vendor shall: Be adequately staffed to perform all aspects of the SOW; and, Have management staff capable of duties as defined in the SOW; and, Have a COMPLETE understanding of the requirements as defined in the SOW. Past Performance Factor 3 Each offeror shall complete and submit summaries for not more than three (3) relevant projects. Relevant projects are those that are similar to those requested in this contract. All references should be either ongoing or completed within the last three years. The relevant projects summaries shall include the following information not to exceed one (1) page for each project (total page limit not to exceed 3 pages): - Project Name - Date of Contract - Type of Contract - Dollar Value of Contract - Period of Performance - Description of services provided - Name, email and telephone numbers for points of contact - (include Program Manager, Contracting Officer and/or the Contracting - Officer Representative) - Describe the relevance to the current requirement being solicited; Contact information must be current. Offerors are responsible for ensuring that the telephone numbers provided for the customer's representative indicated on each Project Summary are accurate and that the representative is aware that the U.S. Customs and Border Protection Procurement Office may be contacting them regarding the offeror's past performance. Offerors must either provide the above information or affirmatively state that it possesses no relevant, directly related, or similar past performance. If no past performance references are submitted, then a rating of neutral will be assigned. ASSUMPTIONS, CONDITIONS, OR EXCEPTIONS Offerors must submit, under separate cover, all (if any) assumptions, conditions, or exceptions with any of the terms and conditions of the SOW. If not noted in this section of your quotation, it will be assumed that the offeror proposes no assumptions for award, and agrees to comply with all of the terms and conditions as set forth herein. It is not the responsibility of the Government to seek out and identify assumptions, conditions, or exceptions buried within the Offeror's quote. BASIS FOR AWARD The Government will award a contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on All or None and Best Value to the Government. Best value can include but is not limited to: 1. Price 2. Delivery date 3. Technical capability The Government intends to evaluate proposals and award without discussions with offerors. Therefore, the offerors initial proposal should contain the offerors best terms from a price and technical standpoint. However, the government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received in accordance with FAR 52.212-1. POINTS OF CONTACT Contracting POCs Mistelle Watkins Border Enforcement Contracting Division Contract Specialist mistelle.watkins@dhs.gov CONTRACT MANAGEMENT Notwithstanding the Contractor's responsibility for total management during the performance of this contract, the administration of the contract will require maximum coordination between the Government and the Contractor. Communications pertaining to the contract administration will be addressed to the Contracting Officer. No changes to the statement of work are authorized without a written modification to the contract executed by the Contracting Officer. The Contractor is advised that only the Contracting Officer can change or modify the contract terms or take any other action, which obligates the Government. No changes to the statement of work, contract terms, or conditions are authorized without a written modification to the contract executed by the Contracting Officer. Contractors who rely on direction from other than the Contracting Officer do so at their own risk and expense. Such actions do not bind the Government contractually. Any contractual questions shall be directed to the contract specialist, Mistelle Watkins via email (mistelle.watkins@dhs.gov). Attachments: 1. Request for Quote (RFQ) Packet 2. Statement of Work (SOW) 3. Wage Determination Information 4. Attachment A 5. Attachment B 6. Attachment C

Overview

Response Deadline
Feb. 19, 2020 Past Due
Posted
Feb. 5, 2020
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
$47 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Vehicle Type
Blanket Purchase Agreement
On 2/4/20 Department of Homeland Security issued Solicitation RFQ1412607 for Detroit BPA Facilities Maintenance due 2/19/20. The opportunity was issued full & open with NAICS 561210 and PSC S216.

Documents

Posted documents for Solicitation RFQ1412607

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation RFQ1412607

Similar Active Opportunities

Open contract opportunities similar to Solicitation RFQ1412607