Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2009 FBO #2835
SOLICITATION NOTICE

56 -- Stand-By Generator Set and Installation / Optimization - ATTACHMENT D - Pricing Summary - ATTACHMENT B - Statement of Work - ATTACHMENT A - Proposal Submission Instructions - Eval. Factors, Terms and Conditions - ATTACHMENT C - Past Performance

Notice Date
8/27/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Immigration & Customs Enforcement - Contracts & Procurement
 
ZIP Code
00000
 
Solicitation Number
HSCEMS-09-Q-00018
 
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
Past Performance. Terms and conditions and Evaluation Factors SOW Pricing format. Use this form to submit pricing in addition to Volume II information listed in Attachment A. RECOVERY ACT HSCEMS-09-Q-00018 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; quotes 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 Quote (RFQ) # HSCEMS-09-Q-00018. 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 335312. Contract line items are listed in Attachment D. The Department of Homeland Security (DHS), Immigration & Customs Enforcement (ICE) intends to award a Firm Fixed Price (FFP) contract for a stand-by gas generator and installation 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 *The Government will conduct a site visit of the Hub facility in Largo, MD 20774 on September 9, 2009 at 10:00 am. All quoters are urged to inspect the site where the work will be performed (be prepared to leave questions with host). In order to make arrangements for access to the facility all participants will be required to provide company's name, representative name, representative title, and email address. No more than two (2) representatives will be allowed per company. The aforementioned details must be provided via email to AJ M. Lee at aj.lee@dhs.gov, no later than 4:00 pm on September 4, 2009. Upon receipt of the site visit request, Mr. Lee will provide a confirmation and additional details regarding the site visit.* Equipment delivery shall be within 120 days or less after contract award Period of Performance: Date of award through 180 days. 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, (B) Past Performance, (C) E-Verify and (D) Price. The evaluation shall be conducted in a lowest price technically acceptable manner. (See Attachment A, Section 3, Basis for award) Offerors are to comply with the requirements in FAR 52.212-3, "Offerors Representations and Certifications - Commercial Items" (See Attachment A, Section 5) 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). Quotes 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 quote (Volume I and Volume II). Mailed quote submissions shall be received no later than September 16, 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 quotes. 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 Wednesday, September 3, 2009, 12:00 Noon (Eastern Daylight Time). Listing of Attachments: Attachment A: Quote Submission Instructions / Evaluation Factors / Terms & Conditions Attachment B: Statement of Work Attachment C: Past Performance Survey Attachment D: Pricing Summary
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICEFAMS/HSCEMS-09-Q-00018/listing.html)
 
Place of Performance
Address: TBD, Largo, Maryland, 20774, United States
Zip Code: 20774
 
Record
SN01929674-W 20090829/090828082035-92cd5b1d211fcbf90925d3bc8f40456c (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.