Agency: | HOMELAND SECURITY, DEPARTMENT OF |
---|---|
State: | Florida |
Type of Government: | Federal |
FSC Category: |
|
NAICS Category: |
|
Set Aside: | Total Small Business Set-Aside (FAR 19.5) |
Posted Date: | Nov 15, 2022 |
Due Date: | Jan 26, 2023 |
Solicitation No: | 70B01C23R00000007 |
Bid Source: | Please Login to View Page |
Contact information: | Please Login to View Page |
Bid Documents: | Please Login to View Page |
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.
U.S. Customs and Border Protection (CBP) intends to solicit offers in response to a forthcoming Request for Proposal (RFP) 70B01C23R00000007 (additional reference number PR 20134622), for the Preventative Maintenance Program (PMP) for the Southeast Region. The region will consist of 24 fully owned and direct lease operated (DLO) facility locations/campuses, comprised of 57 buildings throughout Florida, Louisiana, Puerto Rico, and the U.S. Virgin Islands.
CBP intends to procure this requirement as a total small business set-aside.
The requirement will include validation of all equipment at all locations in the region during the initial phase-in period. The requirement will include the preventative maintenance (PM) of equipment at all facilities throughout the region and include an indefinite delivery / indefinite quantity (IDIQ) portion from which major repair task orders for work beyond the scope of PM services for equipment can be issued. Upon award, the contractor shall include all labor, supervision, tools, materials, parts, equipment, transportation, licenses, permits, certifications, and management necessary to provide for equipment and system maintenance and repairs at government facilities in the Southeast Region.
All work shall be performed in accordance with the performance work statement and request for proposal that will be provided at the time of solicitation issuance. The awarded contract will consist of a 12-month base year (2 months for the initial phase-in period and 10 months for PM services) with four 12-month option years. Total contract period, to include options, shall not exceed 60 months.
The applicable North American Industry Classification System (NAICS) code is 561210 – Facilities Support Services. The Small Business size standard is $41.5 million.
There will be scheduled site visits for this project. The time and date for the site visits will be stated in the RFP. The RFP will be issued in electronic format only and is scheduled to be available on or around January 12, 2022, on Federal Business Opportunities (FBO): https://sam.gov/content/opportunities, formerly www.fbo.gov. Please be advised the January date for solicitation posting is an estimated target date, and the actual posting date may be delayed.
Please address any questions to the Contract Specialist for this effort, Cami Schmidt via email at camilla.j.schmidt@cbp.dhs.gov. Telephone inquiries will not be accepted.
With Free Trial, you can:
You will have a full access to bids, website, and receive daily bid report via email and web.
Title : Invitation to Bid - Statewide Elevator Cab Door Monitoring System -
State Government of Florida
Bid Due: 5/01/2024
Follow Replace Sewage and Storm Water Lift Stations and Piping at Jacksonville ARTCC
Federal Agency
Bid Due: 4/30/2024
Solicitation Details - 20240051 (MCC 7040) Title: ONLY THOSE MCC 7040 PLAN CONTRACTORS
Miami-Dade County
Bid Due: 4/24/2024
Follow Small Diameter Bomb II, Contractor Logistics Support (CLS) Active Contract Opportunity Notice
DEPT OF DEFENSE
Bid Due: 6/06/2024