SOLICITATION NOTICE
58 -- Tactical Communication Equipment and Limited Services - Attachments to RFP HSCEMS-09-R-00023
- Notice Date
- 8/18/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-MS, 801 I Street, NW, Suite 910, Washington, District of Columbia, 20536-0001, United States
- ZIP Code
- 20536-0001
- Solicitation Number
- HSCEMS-09-R-00023
- Point of Contact
- Shellee Scott, Phone: (202)732-2631
- E-Mail Address
-
Shellee.Scott@dhs.gov
(Shellee.Scott@dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- HSCEMS-09-R-00023 - Attachment D - Past Performance Survey HSCEMS-09-R-00023 - Attachment C - Proposal Submission Instructions/Evaluation Factors/Terms and Conditions HSCEMS-09-R-00023- Attachment B - Equipment List/Pricing Worksheet HSCEMS-09-R-00023 - Attachment A - Statement of Work The 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 solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued as Request for Proposal (RFP) #HSCEMS-09-R-00023. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular. This is not a small business set aside. The NAICS code for this requirement is 334220. Contract line items are listed in Attachment B. Also there will be a Not- to-Exceed Cost Reimbursable Travel CLIN in the amount of $20,000 (See Section 8.0 of the Statement of Work). The Department of Homeland Security (DHS), Immigration & Customs Enforcement (ICE) intends to award a Firm Fixed Price (FFP) contract with a reimbursable Contract Line Item (CLIN) for travel to acquire Tactical Communication Equipment and Limited Services. In accordance with the Statement of Work (Attachment A), the contractor shall provide tactical communications subscribers, equipment, installation and training listed in Attachment B Place of Delivery: Largo, Maryland 20774 - FOB Destination Period of Performance: Date of Award through 12 months Equipment delivery shall be within 120 days after contract award The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items applies to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: (A) Capability, (B) Delivery, (C) Past Performance, (D) E-Verify and (E) Price. The evaluation factors are in descending order of relative importance. Factors A, B, C and D are referred to as technical factors. The evaluation shall be conducted in a lowest price technically acceptable manner. Offerors are to comply with the requirements in FAR 52.212-3, "Offerors Representations and Certifications - Commercial Items" The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition to include additional clauses in Attachment C. This is an open-market combined synopsis/solicitation for services as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, ALL offers shall include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Offeror shall list exception(s) and rationale for the exception(s). Mailed proposal submissions shall be mailed and received no later than August 31, 2009, 12 Noon (Eastern Daylight Time) at the U.S. Immigration and Customs Enforcement Agency, Office of Acquisition Management/Mission Support Division/Mail Stop 5750, 801 I Street, NW, Suite 980, Washington, DC 20536. ATTN: Shellee Scott. It is requested that each Offeror provide one (1) original, two (2) copies and one (1) electronic version (compact disk) of your firm's quotation (Volume I and Volume II). The Volume II, electronic Cost Information shall be in writable format. The compact disk (electronic version) may contain MS Excel links, but only to spreadsheets that have been submitted as part of the proposal. All MS Excel formulas shall be included in the spreadsheet. Also, please do not change the order or arrangement of the tabs and equipment in Attachment B. Offeror shall provide an e-mail notification to Shellee.Scott@dhs.gov which provides the date the offer was mailed, the method by which it was mailed (i.e. Fedex, UPS), the tracking number, and the number of boxes that were mailed. This e-mail notification shall not constitute receipt of offers by the Government; it is for information and tracking purposes only. Hand deliveries will also be accepted at the address listed above. Offerors shall report to the Guards Desk at the above location. Shellee Scott shall be contacted upon arrival at (202) 732-2631 for receipt of proposals. Late submissions shall be handled in accordance with the solicitation provision at FAR 52.212-1(f). Faxed or e-mailed offers will not be accepted. All questions regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist, Shellee Scott at Shellee.Scott@dhs.gov by 12 Noon on Friday, August 21, 2009. Listing of Attachments: Attachment A: Statement of Work Attachment B: Equipment List/Pricing Worksheet- Excel Attachment C: Proposal Submission Instructions/Evaluation Factors/Terms & Conditions Attachment D: Past Performance Survey
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-MS/HSCEMS-09-R-00023/listing.html)
- Place of Performance
- Address: TBD, Largo, Maryland, 20774, United States
- Zip Code: 20774
- Zip Code: 20774
- Record
- SN01915565-W 20090820/090818235827-a0cdbddfe80c94efc499b26505aa5ee5 (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 |