Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2009 FBO #2828
SOLICITATION NOTICE

58 -- Requirements for LMR equipment and limited services to support the Atlas Tactical Communications Project in Region 2 and Region 3 - Attachment D - Pricing Summary Sheet - Attachment A- Proposal Instructions / Evaluation Criteria / T&C - Attachment B - Statement of Work - Attachment E - Model Subcontracting Plan - Attachment C - Past Performance Questionaire

Notice Date
8/20/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Immigration & Customs Enforcement - Contracts & Procurement
 
ZIP Code
00000
 
Solicitation Number
HSECMS-09-R-00024-01
 
Archive Date
9/30/2009
 
Point of Contact
AJ M. Lee, Phone: 2027322772
 
E-Mail Address
aj.lee@dhs.gov
(aj.lee@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Submit Completed past performance surveys IAW this Attachment (Evaluation Factor) Subcontracting Plan Statement of Work Instructions to submit a proposal Pricing sheet filled out in accordance with Attachment A. REQUIRED for Volume II COMBINED SYNOPSIS/SOLICITATION RECOVERY ACT HSCEMS-09-R-00024 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 project is funded from the American Recovery and Reinvestment Act of 2009 (ARRA). Contractors should take note because this work is being funded by ARRA and there are special requirements and clauses associated with this Act (Attachment A). The most up to date information on ARRA requirements can be found at http://www.recovery.gov/ Contractors are also encouraged to review the OMB guidance for specific reporting requirements associated with receiving funds made available under ARRA. This guidance can also be found at http://www.recovory.gov/ This solicitation is being issued as Request for Proposal (RFP) #HSCEMS-09-R-00024. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular. This is an unrestricted solicitation. The NAICS code for this requirement is 334220. Contract line items are listed in Attachment D. The Department of Homeland Security (DHS), Immigration & Customs Enforcement (ICE) intends to award a Hybrid Firm Fixed Price (FFP)/ T&M contract for tactical communications equipment and services in accordance with the Statement of Work (Attachment B). Place of Delivery: FOB Destination DHS / Immigration & Customs Enforcement Street Address: TBD Largo, MD 20774 Attn: TBD Equipment delivery shall be within 120 days after contract award Period of Performance: Date of award through two years with an additional one-year option period. 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 factors to be included in paragraph (a) of that provision are as follows: (A) Technical Approach / Experience, (B) Management Approach / Staffing, (C) Past Performance, (D) E-Verify and (E) Price. The evaluation shall be conducted in a lowest price technically acceptable manner. (See Attachment A, Section 2, Proposal Evaluation) Offerors are to comply with the requirements in FAR 52.212-3, "Offerors Representations and Certifications - Commercial Items" (See Attachment A, Section 6) 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 identified in Attachment A. This is an open-market combined synopsis/solicitation for supplies 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). Proposals shall be submitted via mail or hand delivery. Each Offeror is requested to mail or hand deliver one (1) original, two (2) copies and one (1) electronic version (compact disc) of your firms proposal (Volume I and Volume II). See attachment A Section 2 for instructions on Volume III. Mailed proposal submissions shall be received no later than September 4, 2009 2:00 PM (Eastern Daylight Time) at: DHS / U.S. Immigration and Customs Enforcement Agency Office of Acquisition Management/Mission Support Division 801 I Street, NW, Suite 980-39 Washington, DC 20536 ATTN: AJ M. Lee Offerors shall provide an e-mail notification to Aj.lee@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 and by the date and time listed above. For hand deliveries, Offerors shall report to the Guards Desk at the above location. Mr. AJ Lee shall be contacted upon arrival at (202) 732-2772 for receipt of proposals. Late submissions shall be handled in accordance with the solicitation provision at FAR 52.212-1(f). Faxed offers will not be accepted. All questions regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist, AJ M. Lee at aj.lee@dhs.gov by Thursday, August 27, 2009, 12:00 Noon (Eastern Daylight Time). Listing of Attachments: Attachment A: Proposal Submission Instructions / Evaluation Factors / Terms & Conditions Attachment B: Statement of Work Attachment C: Past Performance Survey Attachment D: Pre-Assembled Component Specification List Attachment E: Model Subcontracting Plan
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICEFAMS/HSECMS-09-R-00024-01/listing.html)
 
Place of Performance
Address: TBD, Largo, Maryland, 20744, United States
Zip Code: 20744
 
Record
SN01919385-W 20090822/090821000103-e2045d40e5b4a694c5cac2657b7a8836 (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.