Idaho Bids > Bid Detail

Bonners Ferry Facility Operations

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159157854574189
Posted Date: Feb 22, 2023
Due Date: Feb 28, 2023
Solicitation No: 70B03C23Q00000060
Source: https://sam.gov/opp/96bd81cb1d...
Follow
Bonners Ferry Facility Operations
Active
Contract Opportunity
Notice ID
70B03C23Q00000060
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US CUSTOMS AND BORDER PROTECTION
Office
BORDER ENFORCEMENT CONTRACTING DIVISION
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Feb 22, 2023 10:02 am EST
  • Original Published Date: Feb 17, 2023 11:36 am EST
  • Updated Date Offers Due: Feb 28, 2023 11:00 am EST
  • Original Date Offers Due: Feb 28, 2023 11:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 15, 2023
  • Original Inactive Date: Mar 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: S201 - HOUSEKEEPING- CUSTODIAL JANITORIAL
  • NAICS Code:
    • 561720 - Janitorial Services
  • Place of Performance:
    Bonners Ferry , ID 83805
    USA
Description View Changes

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. This solicitation is used as a Request for Quote (RFQ) against solicitation number 70B03C23Q00000060. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01. The associated NAICS code for this procurement is 561720 – (Janitorial Services) with a small business size standard of $19.5M. This requirement is a Women-Owned Small Businesses set-aside, and all qualified bidders may submit bids.



The U.S. Customs and Border Protection (CBP), US Border Patrol, Bonners Ferry Station has a requirement for facility operation services to properly maintain and maximize the useful life of Bonners Ferry Station facilities. Services include custodial care, grounds maintenance, refuse removal, snow and ice removal, and pest control services. The Contractor shall provide all management, supervision, labor, transportation, supplies, and equipment (except as otherwise provided), to insure the efficient and thorough execution of these services. The Contractor shall plan, schedule, coordinate and ensure that the facilities are maintained in a clean, neat and professional appearance at all times. Work is to be performed in accordance with the attached statement of work (SOW).



The deadline for receipt of proposals for this requirement is: Tuesday, February 28, 2023 at 11:00 AM Eastern Time (ET).



Quotation submissions must be submitted via email to Contract Specialist Dominique Brown at: dominique.u.brown@cbp.dhs.gov Subject line of the email should read: 70B03C23Q00000060 Quotation Submission: Bonners Ferry Facility Operation Services. All quotation pricing must be valid for up to 60 calendar days after close of the solicitation.



Interested bidders must submit any questions concerning the solicitation at the earliest time possible to enable the Government time to respond. Questions must be submitted directly to the bid submission point of contact as indicated above. Questions not received by the question submission deadline of: Friday, February 24, 2023 at 11:00 AM ET may not be considered.



In accordance with FAR 52.222-41 (Service Contract Labor Standards) Attachment 4 to the solicitation includes prevailing wage rates for Boundary County, Idaho. These wage rates 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;

• FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - offerors must submit a completed copy of the listed representations and certifications; (see Attachment Two)

• 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



Prospective offerors are required to be registered in SAM (https://www.sam.gov) at the time a proposal is submitted.



See Attachment 5 of the solicitation for further clause and provision detail applicable to this acquisition.



In addition to submitting the required pricing sheet (Attachment 3) for this solicitation, each prospective bidder 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 bidder’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 proposal 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. TECHNICAL APPROACH: Submission must not exceed nine (9) single-sided pages total (8.5" x 11" letter-size paper).



2. PAST PERFORMANCE: Submission must be no more than three (3) single-sided pages total.



3. PRICE: Submission must include pricing for the Base Year period of performance plus each Option Year Period. Total contract price for the purpose of price evaluation shall consist of the Base Year plus all Option Years.



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:



Quotations that do not respond to all requirements in the solicitation may be rejected without further evaluation, deliberation, or discussion. The Government may reject any quotation that is evaluated to be significantly not compliant with the solicitation requirements, or reflects a failure to comprehend the complexity and risks of the work to be performed. The Government reserves the right to award without discussions with Offerors.



52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014)



(a) Quotations that do not respond to all requirements in the solicitation may be rejected without further evaluation, deliberation, or discussion. The Government reserves the right to award without discussions. The Government will award a purchase order resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government and whose quote is the Lowest Priced Technically Acceptable (LPTA). The quote with the lowest evaluated price will be evaluated for technical acceptability and acceptable past performance. Only if that quote is found to be technically unacceptable or to have unacceptable past performance will the evaluation proceed to the quote with the next lowest evaluated price. This process will continue until the lowest priced technically acceptable quote, with acceptable past performance, is found. For this solicitation, the evaluation factors are:



1. TECHNICAL AND MANAGEMENT APPROACH (non-price):



The quotation shall be prepared in such a manner as to enable the Government reviewers to make a thorough evaluation and arrive at a sound determination of whether the quotation satisfies the Statement of Work (SOW). The technical portion shall consist of:



A. TECHNICAL APPROACH. Strategy to satisfy the requirements of the Statement of Work (SOW). The Government will evaluate:



i. The soundness and quality of the proposed technical approach/solution and understanding and compliance with the requirements outlined in the SOW.



ii. The offeror’s approach to addressing contract tasks, work requirements, and potential challenges which may occur as a result of performing the work.





B. MANAGEMENT APPROACH. Capability and methodology of management to provide full range of required services. The Government will evaluate:



i. The offeror’s ability to manage all aspects of the contract in an efficient and effective manner that will achieve the program and mission requirements set forth in the SOW and the quoter’s ability to manage team members/subcontractors to provide an integrated approach to planning, organization and personnel.



ii. The extent to which the quotation reflects an agile approach to managing will be evaluated. The respondent will demonstrate the ability for its organizational structure to respond to rapidly emerging issues and conditions, including the method by which issues will be evaluated and addressed and the implementation of risk mitigation strategies to maintain performance, quality, schedule, and mission requirements within the proposed price/cost will be evaluated.



C. QUALITY CONTROL PLAN (QCP). The quoter shall submit:



i. Detailed procedures/plan identifying how the work, supervision, project management and follow up will be performed in this contract to ensure compliance with all SOW requirements.



2. PAST PERFORMANCE (non-price)



Offerors will be evaluated on their recent (within the past 3 years) performance of relevant requirements as described in the SOW. Offerors should provide three (3) references for the same or similar work performed for Federal, State, and local government and private clients. 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 quote pricing received in response to the RFQ will be made and quote pricing will also be compared against the Government’s Independent Government Cost Estimates (IGCE) to determine fair and reasonable pricing in accordance with the Firm Fixed Price nature of this acquisition action.

• Quoters must provide pricing using the attached pricing template.



• Provided pricing shall be fully burdened.





(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).



(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. The Government reserves the right to award without discussions with Offerors.



(End of provision)



List of Attachments to Solicitation Number 70B03C23Q00000060 A00001:



Attachment 5 - Applicable Clauses and Provisions - REV 1



Attachment 7 - Technical Evaluation (FAR 52.212-2)



Attachment 8 - Questions and Answers





List of Attachments to Solicitation Number 70B03C23Q00000060:

1. Statement of Work (SOW)

2. Task and Frequency Chart – Attachment A

3. Quotation Pricing Sheet

4. WDOL Wage Determinations – Boundary County, ID

5. Applicable Contract Clauses and Solicitation Provisions

6. Site Visit Information


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 1300 PENNSYLVANIA AVE NW
  • WASHINGTON , DC 20229
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >