Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2009 FBO #2832
SOLICITATION NOTICE

36 -- Sanitation Machine - SOW

Notice Date
8/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Contracts and Procurement, 200 West Parkway Drive - Suite 300, Egg Harbor Township, New Jersey, 08234, United States
 
ZIP Code
08234
 
Solicitation Number
HSTS0709R00185
 
Archive Date
9/30/2009
 
Point of Contact
Kathleen M. Fleming, Fax: 609-813-3394, Robert Kirzow, Fax: 609-813-3394
 
E-Mail Address
kathleen.fleming@dhs.gov, robert.kirzow@dhs.gov
(kathleen.fleming@dhs.gov, robert.kirzow@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SOW This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation number is HSTS07-09-R-00185; this solicitation is a request for quotation. This acquisition will be a Small Business Set-Aside, brand name or equal; the North American Industry Classification System (NAICS) code is 812332. The business size standard is $14M. The Federal Supply Class (FSC) is 3695. The Standard Industrial Classification (SIC) is 3569. The Department of Homeland Security (DHS) has a requirement for 2 ea Sanitation Machines with an option for 4 ea additional machines. CLIN 0001: 2 EA; Furnish and Install Large Sani Sport Machine (88”x23”x67”) OR EQUAL; See Statement of Work. CLIN 0002: 1 EA; Freight to Atlantic City, NJ 08234 CLIN 0003: 1 EA; Freight to Coppell, TX 75019 CLIN 0004: Option 1: 4 EA; Furnish and Install Small Sani Sport Machine (45”x23”x67”) OR EQUAL; Location TBA. CLIN 0005: Option 1: 4 EA; est. Freight. (Shipping will be within US) Award shall be made in the aggregate, all or none EVALUATION CRITERIA: Evaluation of offers will be completed in accordance with FAR 13.106-2. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforms to the solicitation and represents the best value to the Government, price and other factors considered. The following factors shall be used to evaluate offers: TECHNICAL ACCEPTIBILITY - All offers will be reviewed to ensure the capabilities of the sanitation machines offered will meet the needs of the Government in accordance with salient characteristics. PRICE - The price proposed by the Offeror will be included as part of the evaluation. QUOTES: Please note all quoted "or equal" items must have supporting product documentation included with quotation for evaluation. If "or equal" quoted items do not have product information included at the time of submission, quote may be rejected for non-conformance. ALL OFFERORS must submit a completed solicitation package which includes: Completed Bid Schedule and completed FAR clause 52.212-3 Offeror Representations and Certifications. The following provisions and/or clauses apply to this acquisition. Offeror must comply with all instructions contained in FAR 52.212-1 Instructions to Offeror -- Commercial Items; FAR 52.212-4 Contract Terms and Conditions - Commercial Items. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999); FAR 52.204-7 Central Contractor Registration. FAR 52.211-6 Brand Name or Equal. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor--Cooperation With Authorities and Remedies. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.232-18 Availability of Funds. FAR 52.232-33 Payment by EFT - CCR. FAR 52.233-1 Disputes. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contracts. FAR 52.247-33 FOB Origin, with Differentials. FAR 52.252-2 Clauses Incorporated by Reference. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any response to kathleen.fleming@dhs.gov or fax to 609-813-3394 NO LATER THAN 26 AUGUST 2009, 4:00 pm, EST. Point of contact is Kathleen Fleming, Contract Specialist, kathleen.fleming@dhs.gov. Alternate POC is Robert Kirzow, Contracting Officer, robert.kirzow@dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/TSAFAMS/HSTS0709R00185/listing.html)
 
Place of Performance
Address: OLE-FAMS, 200 West Parkway Dr Ste 300, Egg Harbor Twp, New Jersey, 08234, United States
Zip Code: 08234
 
Record
SN01923664-W 20090826/090825001437-b87df78dafc33873faea05979be27474 (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.