Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2010 FBO #3197
SOLICITATION NOTICE

78 -- Targets - RFQ Attachments

Notice Date
8/24/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
713990 — All Other Amusement and Recreation Industries
 
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
221360
 
Archive Date
9/14/2010
 
Point of Contact
Kimberly S. Spangler, Phone: 2024066820
 
E-Mail Address
kimberly.spangler@usss.dhs.gov
(kimberly.spangler@usss.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
52.212-3 Offeror Reps & Certs-Commercial Items Trade Agreements Certificate Pricing Worksheet Format Target CLIN Specifications This 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. The solicitation number is 221360, and is being issued as a request for proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-43. This requirement is 100% set-aside for small business concerns. The North American Industry Classification System (NAICS) is 713990 with a small business size standard of 500 employees. The Government intends to award a competitive fixed price indefinite quantity contract. The resulting contract is targeted to be awarded by 1 Oct 2010 and will be in effect for a TWELVE (12) month base period followed by FOUR (4) option year periods. Estimated period of performance is: Base Period: Oct 1, 2010 - Sep 30, 2011 Option 1: Oct 1, 2011 - Sep 30, 2012 Option 2: Oct 1, 2012 - Sep 30, 2013 Option 3: Oct 1, 2013 - Sep 30, 2014 Option 4: Oct 1, 2014 - Sep 30, 2015 Potential offerors are hereby notified that the solicitation and subsequent amendments to the solicitation will only be available by downloading the documents at the Federal Business Opportunities Website at http://www.fbo.gov. This office will not issue hard copy solicitations. By submitting a proposal, the vendor will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. This Solicitation is comprised of: I. CONTRACT LINE ITEM (CLIN) SPECIFICATIONS II. FORMAT AND SUBMISSION OF PROPOSAL III. EVALUATION FACTORS IV. PROVISIONS AND CLAUSES V. ADDITIONAL INFORMATION FOR OFFERORS ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ I. CONTRACT LINE ITEM (CLIN) SPECIFICATIONS See attached Target CLIN specification document. Minimum annual guarantee is the minimum as stated per CLIN. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ II. FORMAT AND SUBMISSION OF PROPOSAL Part A. PRICING AND AVAILABILITY - The offeror shall provide an FOB Destination "each" price for all CLINs, estimated delivery date after receipt of order, and a total order price based on the minimum order quantity. See attached Pricing Worksheet for required format. Part B. OFFEROR INFORMATION: The offeror shall provide: 1) Name, title, telephone number, fax number, and email address of the point of contact. 2) Nine-digit DUNS. The DUNS is used to verify that the vendor is in CCR. By submitting a proposal, the Offeror acknowledges the Government requirement to be in the Central Contractor Registration (CCR) database prior to award of any contract. Information about CCR may be found at www.ccr.gov. 3) Nine-digit TIN. The Taxpayer Identification Number is necessary for electronic payment. 4) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. If you have completed the annual representations and certifications electronically through ORCA at http://orca.bpn.gov, then provide a statement as such and it will be verified. If you have not completed through ORCA, the attached 52.212-3 Offeror Reps & Certs must be completed and submitted with the offer. 5) FAR 52.225-6, Trade Agreements Certificate. The attached Trade Agreements Certificate must be completed and submitted with the offer. The deadline for receipt of quotes is 30 August 2010 by 1500 hours EST. All documents required for submission of quote must be sent to Kimberly Spangler via email to Kimberly.Spangler@usss.dhs.gov. Hard copy or faxed proposals shall not be accepted. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ III. EVALUATION FACTORS The Government intends to award a contract resulting from this solicitation to the lowest price technically acceptable offer. The Government intends to make a single award for all items. Evaluation of price will be made on total price (combining base plus option years). Evaluation of options shall not obligate the Government to exercise the option(s). Steps in the evaluation and award of this acquisition, which is subject to FAR 25.4 Trade Agreements, are as follows: 1. All offers found to unacceptable shall be eliminated. Reasons for being found unacceptable include: nonresponsive, debarred or suspended, prohibited source, non-U.S.-made or non-designated country end products, or products which do not meet specifications. 2. Acceptable offers of technically acceptable products will be ranked by price and award will be made to the low offer. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ IV. PROVISIONS AND CLAUSES FAR contract clauses may be accessed electronically at this address: Federal Acquisition Regulation (FAR): www.acquisition.gov/far FAR 52.204-7 Central Contractor Registration FAR 52.212-1 Instructions to Offerors--Commercial Items FAR 52.212-2 Evaluation--Commercial Items. Award will be based on lowest price technically acceptable (See Section III Evaluation Factors). The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement per line item. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). FAR 52.212-3 Offerors Representations and Certifications--Commercial Items FAR 52-212-4 Contract Terms and Conditions--Commercial Items FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items. Under (b) the following clauses are applicable: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government FAR 52.219-6 Notice of Total Small Business Set-Aside, 52.219-28 Post Award Small Business Program Rerepresentation, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies, FAR 222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.232-33 Payment by Electronic Funds Transfer - Other than Central Contractor Registration, 52.225-5 Trade Agreements, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contractor Registration. FAR 52.216-18 Ordering. Such orders may be issued from date of award through 60 months. FAR 52.216-19 Ordering Limitations. Fillable fields in clause shall be: (a) $3,000; (b)(1) 180,000 EA; (b)(2) 250,000 EA; (b)(3) 3 days. FAR 52.216-22 Indefinite Quantity. Date field to be determined based on award date. FAR 52.217-7 Option for Increased Quantity - Separately Priced Line Item. FAR 52.225-20 Prohibition on Conducting Restricted Business Operations in Sudan-Certification. FAR 52.252-2 Clauses Incorporated by Reference HSAR contract clauses may be accessed electronically at this address: Homeland Security Acquisition Regulation (HSAR): http://www.dhs.gov/xopnbiz/regulations/ 3052.209-70 Prohibition on Contracts with Corporate Expatriates. 3052.204-90 Unauthorized Use of the U.S. Secret Service Name ~~~~~~~~~~~~~~~~~~~~~~~~~~~~ V. ADDITIONAL INFORMATION FOR OFFERORS Since this is a competitive requirement, please do not telephone with questions but email them. Questions regarding the solicitation must be emailed to Kim Spangler at Kimberly.Spangler@usss.dhs.gov no later than 26 August 2010 by 1400 hours EST. If you do not receive a confirmation response then your question was not received. The deadline for receipt of quote is 30 August 2010 by 1500 hours EST. All documents required for submission of proposal must be sent to Kimberly Spangler via email to Kimberly.Spangler@usss.dhs.gov. Hard copy or faxed proposals shall not be accepted. Communications with other officials may compromise the competitiveness of this acquisition and result in cancellation of the requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/221360/listing.html)
 
Record
SN02253288-W 20100826/100824235855-d7553da823a15573bf86b81543db91f0 (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.