SOLICITATION NOTICE
69 -- Target Curtain Backings
- Notice Date
- 2/5/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Treasury, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20223
- ZIP Code
- 20223
- Solicitation Number
- 3JJR048
- Archive Date
- 3/1/2003
- Point of Contact
- Lachon Langham, Contract Specialist, Phone 202-406-6940, Fax 202-406-6801,
- E-Mail Address
-
llangham@usss.treas.gov
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Request for Quotation; offers are being requested and a written solicitation will not be issued. Solicitation Number 3JJR048 is issued as a Request for Quote (RFQ) through Federal Acquisition Circular 01-12. This action is 100% set aside for small business. The NAICS code is 326299 and the small business size standard is 500. The U.S. Secret Service (USSS) has a requirement for purchase and installation of new target curtain backings (primary and intermediate sections) in accordance with the following Statement of Work (SOW): The contractor shall provide new target curtain backings for the outdoor pistol range, as follows: Thirty-two (32) primary target curtain backings, four (4) feet wide X ten (10) feet long. Twenty-eight (28) intermediate target curtain backings thirty (30) inches wide X ten (10) feet long. The contractor shall also provide new target curtain backings for the outdoor rifle range, as follows: Twelve (12) primary target curtain backings, four (4) feet wide X seven (7) feet long. Eleven (11) intermediate target curtain backings thirty (30) inches wide X seven (7) feet long. Target curtain backing material shall be self-sealing and shall consist of rubber like material. Target curtains shall be able to withstand shooting over a 9-month period or be able to withstand a minimum of 25,000 rounds per curtain. The 9-month period or 25,000 round usage will start one calendar day after installation date. These curtains will be considered defective if holes larger than five inches in diameter occur within the 9-month period or 25,000 rounds per curtain usage. If this failure occurs, affected curtains will be fully replaced at no cost to the government. The ammunition used is in the range of 12-gauge shotgun slugs to 9 mm handguns. The curtains must prevent splash back from above mentioned ammunition. Contractor shall provide new metal hangers and straps to hang the new curtains. All primary and intermediate curtains shall have a woven fabric reinforced backing applied in the area of the new hanger straps. After installation, contractor shall clean, apply specialized surface treatment (SST), and spray curtains on the front side with a ultra-violet light protective coating, light gray in color. Contractor is responsible for removal of existing curtains and storing them at a location on site or disposing them off site, as determined by the Contracting Officers Technical Representative. Contractor is responsible for transportation of new curtains to the site and complete installation of new curtains. Removal of existing curtains and installation of new curtains will be accomplished on a weekend or at a time other than normal duty hours, as directed by the Contracting Officers Technical Representative (COTR). The period of performance shall be twenty (20) business days from date of award to manufacture and deliver the new target curtains. The scheduled installation shall be on a weekend or other than normal duty hours. SPECIAL PROVISON: Contractor personnel proposed to work under this contract shall be a U.S. citizen. In addition, they shall be subjected to and successfully pass Police background investigations prior to being admitted to the James J. Rowley Training Center. Upon contract award, the contractor will be provided with SSF 3237, U.S. Secret Service contractor personnel access forms. The contractor shall submit these completed Personnel access forms to the Contracting Officers Technical Representative at least two weeks prior to proposed installation date. The Government will conduct a site visit on Wednesday, February 12, 2003, 10:00 a.m., EST at the James J. Rowley Training Center, 9200 Powder Mill Road, Laurel, MD 20708. Contractors shall request SSF 3237, Contractor Personnel Access Form, via email from: llangham@usss.treas.gov and submit completed SSF 3237 for each representative 48 hours prior to site visit date. Access will not be allowed without a completed form. Completed SSF 3237 are to be faxed to Charles Homfeld, 240-624-3024. The Government will award a purchase order based on lowest price and responsible offeror from this quote. The following FAR Provisions and Clauses are applicable unless otherwise noted: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-1 (Addendum) Paragraph (b)(10) is deleted; insert the following; for evaluation of past performance, the offeror must provide at least three references for contracts/purchase orders of similar products/services. Each reference must include customers name and address, contact person, project name, date of performance, telephone number and contract value for each reference. If business entity establishment is less than three years, provide related experience of key personnel. Past performance shall be valued as acceptable, unacceptable or neutral. 52.212-2, Evaluation-Commercial Items; 52.212-2 (Addendum): Paragraph (a) is deleted in its entirety and replaced with: The Government intends to award a firm fixed price purchase order to the responsible offeror with acceptable past performance whose quotation is lowest in price and conforms to the specifications provided herein. 52.212-3, Offeror Representations and Certifications-Commercial, 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following clauses cited in 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-14, Limitations on Subcontracting; 52.219-8, Utilization of Small Business Concerns; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on disabled Veterans and Veterans the Vietnam Era; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program; 52.225-13, Restriction on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer. This procurement is subject to FAR clause 52.232-18 Subject to Availability of Funds. These FAR Provisions and Clauses may be accessed via the world wide web at: http://www.arnet.gov/far/. Telephone requests for copies of FAR Provisions and/or Clauses will not be accepted. Offerors shall fax quote packages to include: price, past performance and completed and signed copy of the FAR 52.212-3, Representations and Certifications (October 2000, FAC 20 edition) to Lachon Langham on 202-406-6801 no later than 2:00 p.m. (EST), Friday, February 14, 2003. (Inquiries regarding this requirement must be submitted via e-mail to: llangham@usss.treas.gov; Attn: Lachon Langham).
- Place of Performance
- Address: 9200 Powder Mill Road, Laurel, Maryland
- Zip Code: 20708
- Zip Code: 20708
- Record
- SN00253889-W 20030207/030205213834 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |