Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2010 FBO #2980
SOLICITATION NOTICE

25 -- Vehicle Repairs - statement of work

Notice Date
1/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
441310 — Automotive Parts and Accessories Stores
 
Contracting Office
Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223
 
ZIP Code
20223
 
Solicitation Number
BPA0004
 
Archive Date
1/27/2010
 
Point of Contact
Cheryl A Bernhard, Phone: (202) 406-6826
 
E-Mail Address
cheryl.bernhard@usss.dhs.gov
(cheryl.bernhard@usss.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
RFQ sheet statement of work This is a combined synopsis/solicitation for commercial services prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. A subsequent solicitation document will not be issued. The Government intends to award multiple BPA schedules for minor vehicle repairs in accordance with the attached statement of work. The offeror shall provide a price list of all services listed available for the cars listed in the statement of work. The pricing proposed shall be at a discounted rate from the commercial pricing. Vendors shall be located no more than 10 driving miles from the USSS training center in Laurel, MD. The distance of the vendor from the government facility is mandatory. Evaluation and Selection of award will be based on lowest priced technically acceptable. Up to four vendors may be awarded a schedule. Award of a BPA does not obligate the Government to place any orders. Once a BPA is issued orders will be placed via purchase card or delivery order. Orders over $3,000.00 will be issued by delivery order. Individual orders will not exceed $25,000.00. The BPA will be for one base year and 4 one year option years. The base year and each option year shall not exceed $100,000.00 for the year. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central contractor registration (Apr 2008) 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008); In accordance with FAR 52.212-2, All quotes shall be evaluated based on price. 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2009) ( The offeror shall complete the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications - Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer. A copy of the offeror's completed record from ORCA shall be printed and submitted with the offer ). 52.212-4 Contract Terms and Conditions-Commercial Items (MAR 2009); 3052.209-70 Prohibition on contracts with corporate expatriates. (JUN 2006) ; Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (Dec 2009), the following clauses apply and are incorporated by reference: 52.233-3, Protest after award, 52.222-3, convict labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and 52.203-6 Restrictions on subcontractor sales to the government, with alternate I; 52.219-8 Utilization of small business concerns USSS-70 "Unauthorized use of Secret Service Name" in accordance with 18 U.S.C. 709, In accordance with 18 U.S.C. 709, any contractor, except with the written permission of the Director of the U.S. Secret Service, who knowingly uses the words "Secret Service", "Secret Service Uniformed Division", "U.S.S.S.", "U.D." or any colorable imitation or such words or initials, in connection with or as a part of any advertisement, circular, book, pamphlet or other publication, play, motion picture, broadcast, telecast, other production, product or item, in a manner reasonably calculated to convey the impression that such advertisement, circular, book, pamphlet or other publication, product, or item, is approved, endorsed, or authorized by or by associated in any manner with, the U.S. Secret Service or the U.S. Secret Service Uniformed Division shall be punishable as follows: a corporation, partnership, business trust, association, or other business entity, by a fine under this title; an officer or member thereof participating or knowingly acquiescing in such violation or any individual violating this section, by a fine under this title or imprisonment for not more than one year, or both. These FAR Provisions and Clauses may be accessed via the world wide web at: http://www.arnet.gov/far/, www.dhs.gov. Telephone requests for copies of FAR Provisions and/or Clauses will not be accepted. All responses shall be submitted via email to Cheryl.bernhard@usss.dhs.gov. Any other type of submission of responses shall not be accepted. At a minimum, responsible sources shall provide the following: a price proposal on letterhead which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, delivery time, payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code, and ORCA record. The submitted offer shall also state that the items quoted meet all of the minimum requirements listed above in this solicitation. Responses to this solicitation are due by no later than 26 January 2010, 0900 hours, EST. Offers shall be emailed to Cheryl.bernhard@usss.dhs.gov. Reference BPA 0004. This requirement is set aside unrestricted. NAICS 441310.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/BPA0004/listing.html)
 
Place of Performance
Address: laurel, Maryland, United States
 
Record
SN02044293-W 20100121/100119234558-d9839838319fe9a6f0e73f6c0ceeb4e2 (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.