Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2011 FBO #3520
SOLICITATION NOTICE

T -- State Laws and Published Ordinances - DJA11RFP0020 Combine Synopsis / Solicitation

Notice Date
7/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
922190 — Other Justice, Public Order, and Safety Activities
 
Contracting Office
Department of Justice, Bureau of Alcohol, Tobacco and Firearms (ATF), Administrative Programs Division (APD), 99 New York Avenue, NE, 3rd Floor - Acquisitions, Washington, District of Columbia, 20226
 
ZIP Code
20226
 
Solicitation Number
DJA11RFP0020
 
Archive Date
8/16/2011
 
Point of Contact
James M. Huff, Phone: 202-648-9117
 
E-Mail Address
james.huff@atf.gov
(james.huff@atf.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment is the solicitation for State Laws and Published Ordinances The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) is issuing a combined synopsis/solicitation for a State Laws and Published Ordinances to update publications on a regular basis for Firearms Programs Divisions; Firearms Enforcement Branch located at 99 New York Avenue Washington, DC 20226 area. The Government contemplates award of a Single Award Firm Fixed Price contract for one base year and four option years using commercial item procedures under FAR Part 12 and 13.5. Proposals must reference synopsis/solicitation # DJA11RFP0020. If you intend to submit a proposal ensure all applicable blocks are completed on Standard Form SF 1449. Complete pricing in Section B for the base year and all option years. Complete all certifications and representations. Return the technical and price proposal in accordance with the solicitation to include your past performance references. This contract will be awarded to the contractor(s) that are most advantageous to the Government. Proposals must include Technical Approach, Managerial Experience, Past Performance and price as per the attached solicitation DJA11RFP0020. All questions must be submitted by July 21st, 2011 no later than 3:00 PM Eastern Standard Time. No questions will be answered after this date. All questions and answers will be provided to all prospective offeror(s) via a formal amendment to the solicitation number DJA11RFP0020. Proposals must be sent with regards to Technical Approach, Managerial Experience, Past Performance and price to the preferred method via e-mail at james.huff@atf.gov or mailed to attn: Jim Huff 99 New York Ave NE Washington, DC 20226 no later than the same closing date August 1st 2nd, 2011 no later than 3:00 PM Eastern Standard Time. This combined synopsis/solicitation has incorporated provisions and clauses that are in effect through Federal Acquisition Circular 2005-53. The following provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The NAICS code is 922190. The award winner must be registered in the Central Contractor Registration (CCR) database to receive payment. If not already registered, register for CCR on-line at http://www.ccr.gov/. This is the link to the State Laws and Published Ordinances that would be updated on a regular basis: http://www.atf.gov/publications/download/p/atf-p-5300-5/atf-p-5300-5.pdf NO SOLICITATION AVAILABLE. Award will be made to the offeror based on best value to the government. The following factors are listed in descending order of relative importance: When all the factors are equal on the evaluation reports then the overall price of the Technical Approach, Managerial Experience, Past Performance will become the determining factor. The government may elect to pay a cost premium to select an offeror whose ratings on non-cost evaluation factors (e.g. Technical Approach, Managerial Experience, Past Performance) are superior.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BATF/APMD/DJA11RFP0020/listing.html)
 
Place of Performance
Address: 99 New York Avenue NE, Washington, District of Columbia, 20226, United States
Zip Code: 20226
 
Record
SN02497502-W 20110715/110713235126-d1fde7a38372c195fe1845927e6cfc87 (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.