Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 01, 2008 FBO #2532
DOCUMENT

J -- WEAPON DETECTION UNITS/CONSOLES/PORTALS MAINTENANCE - SOW

Notice Date
10/30/2008
 
Notice Type
SOW
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Justice, Justice Management Division, Procurement Services Staff (PSS), 1331 Pennsylvania Avenue, N.W., National Place Building, 10th Floor, Washington, District of Columbia, 20530
 
ZIP Code
20530
 
Solicitation Number
DJJ-APG-9-E-016
 
Response Due
11/10/2008
 
Archive Date
11/25/2008
 
Point of Contact
Brenda L Jones,,
 
E-Mail Address
brenda.l.jones@usdoj.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for the maintenance of 4 Weapon Detection Units and Consoles, 4 GIL 2001 4DXL Portal Units, in accordance with the attached Statement of Work, THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is: DOJ-APG-9-E-016 and is a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-27. This procurement is set-aside 100% for small business and falls under North American Industry Classification System (NAICS) classification 561621 (size standard 12.5M). INSTRUCTION TO OFFERORS: All RFQ’s submitted for consideration shall contain all of the following information: SOLICITATION NUMBER; NAME; ADDRESS; TELEPHONE NUMBER; AND EMAIL ADDRESS OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; PRICE, AND ANY DISCOUNT TERMS. All Quotes must indicate quantity, unit price and total amount. If above items are available on Offeror’s GSA Schedule, Offeror shall provide their GSA Schedule Number and Expiration Date. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. EVALUATION/AWARD: The Government will award a Purchase Order resulting from this solicitation to the responsive responsible Lowest Offeror. A Purchase Order with Base and Four (4) Option Years may be awarded to the successful Offeror. Offerors should submit pricing that reflects a Base Year and Option Years 1, 2, 3, and 4. The period of Performance for the Base Year will be date of award thru 9/30/09. All other possible Option years will be for 12 months of service. All Offerors must also submit a completed copy of the following FAR Provisions: 52.204-3 TAXPAYER IDENTIFICATION; 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS; and 52.204-6 DUNS NUMBER. ALL OFFERORS MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR registration requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-237-2423. The following listed FAR Provisions and Clauses apply to this solicitation and are incorporated by reference (FAR 52.252-1): 52.204-7 Central Contractor Registration; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.217-2 Cancellation Under Multiyear Contracts; 52.217-5 Option to Extend Services; 52.219-6 Notice of Total Small Business Set-Aside, 52.232-23 Assignment of Claims; 52.232-36 Payment by Third Party; 52.232-37 Multiple Payment Arrangements; 52.233-4 Applicable Law for Breach of Contract Claim; 52.237-1 Site Visit; 52.237-2 Protection of Government Buildings, Equipment and Vegetation; 52.237-11 Accepting and Dispensing of $1 Coin; 52.242-15 Stop Work Order; 52.242-17 Government Delay of Work; 52.243-1 Changes - Fixed Price; 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form). The following listed FAR Provisions and Clauses apply to this solicitation and are in Full Text: 52.217-8 Option To Extend Services: The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. (End of Clause) 52.217-9 Option To Extend the Term of the Contract: (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. ( c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. (End of clause) All FAR Provisions and Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the Internet at http://www.acqnet.gov. All Quotes may be submitted by mail; email or fax, no later than 4:30 p.m. on November 10, 2008 MAIL: U.S. DEPARTMENT OF JUSTICE, PSS/ACQUISITION PROGRAMS GROUP, 1331 PENNSYLVANIA AVENUE NW, SUITE 1040, WASHINGTON DC 20530, ATTN: BRENDA JONES, CONTRACTING OFFICER FAX: (202) 307-1931 E-MAIL: Brenda.L.Jones@usdoj.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8217fadcc96b71b8557c6428694eaf98&tab=core&_cview=1)
 
Document(s)
SOW
 
File Name: SEPS - SOW MAIN DOJ (SEPS - SOW Main DOJ PORTALS.doc)
Link: https://www.fbo.gov//utils/view?id=a060a19dff95f30ce7624b2bd926d981
Bytes: 39.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 950 Pennsylvania Avenue NW, Washington, District of Columbia, 20530, United States
Zip Code: 20530
 
Record
SN01698500-W 20081101/081030214953-8217fadcc96b71b8557c6428694eaf98 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.