Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2011 FBO #3550
SOLICITATION NOTICE

63 -- Security Electronics Equipment and Materials - Requirements Spreadsheet

Notice Date
8/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
443112 — Radio, Television, and Other Electronics Stores
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Preparedness Branch, Office of Acquisition Management, 16825 South Seton Avenue, Emmitsburg, Maryland, 21727, United States
 
ZIP Code
21727
 
Solicitation Number
HSFEEM-11-Q-0108
 
Archive Date
9/14/2011
 
Point of Contact
James D. Suerdieck, Phone: 301-447-7244, Gary Patrick Topper, Phone: 301-447-7280
 
E-Mail Address
james.suerdieck@dhs.gov, gary.topper@dhs.gov
(james.suerdieck@dhs.gov, gary.topper@dhs.gov)
 
Small Business Set-Aside
HUBZone
 
Description
Requirements Spreadsheet 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 is Request for Quote (RFQ) number HSFEEM-11-Q-0108. Provisions and clauses in effect through Federal Acquisition Circular 05-53 are incorporated. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil/. The NAICS code is 443112, with a small business size of 500 employees. This acquisition is 100% set-aside for HUBZone Concerns. All qualified Small Business Concern vendors are encouraged to submit a quote. The Federal Emergency Management Agency request quotes from qualified sources capable of providing all of the attached security electronics equipment and materials (see attached spreadsheet). Those items marked "NO" in the "SUBS ALLOWED" column are considered to be brand name only, and may NOT be substituted with an equivalent brand, make or model. Those items marked "YES" in the "SUBS ALLOWED" column are considered to be brand name (if applicable) or equal. If a brand name product is substituted with an equal product, offeror's shall provide sufficient information to determine that the product is equivalent (IAW FAR 52.211-6) All products shall be NEW from the original manufacturer. No refurbished products or products obtained through a third party distributor/reseller shall be acceptable. All applicable manufacturer commercial warranties shall be valid for all products. This is an "All or Nothing" acquisition. Only quotes offering ALL the items within the attached spreadsheet shall be accepted by the Government. All equipment and materials shall be consolidated together by the contractor at the contractor's site for single consolidated shipment and delivery to the Center for Domestic Preparedness, Anniston, AL (ZIP Code: 36205). Offerors shall include all cost associated with gathering, warehousing, and shipping all the equipment and materials with any applicable delivery charge. Offerors shall also include their estimated delivery time from after receipt of order (ARO). EVALUATION FACTORS FOR AWARD: FEMA intends to award one Firm Fixed Price Purchase Order based on Low Priced Technically Acceptable (LPTA). Evaluation of price will be based on the offeror's aggregate price for all supplies or services as required above. Factor 1 - Technically Acceptable means offeror provides all the equipment and materials as detailed in the attached requirements spreadsheet and as specified herein. All items shall be quoted; incomplete quotes may not be considered. This is an "All or Nothing" acquisition. Offeror shall have the ability for providing a consolidated shipment. Offeror shall include their estimated delivery time after receipt of award (ARO). Factor 2 - Price, inclusive of any shipping costs for a single consolidated delivery to Anniston, AL (36205), shall be evaluated. Award will be made on the basis of the lowest evaluated price of the quote meeting or exceeding the Factor 1. Past performance is not an evaluation factor for this acquisition. The offeror's initial quote shall contain the offeror's best terms from a total price (including any applicable shipping costs) and technical standpoint. The Government intends to evaluate quotes and award a purchase order without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. FAR Provisions & Clauses: FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED; FAR 52.212-3, Offeror 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. In compliance with said clause, the following FAR clauses apply: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-6, Notice of Total Small Business Set Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 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; 52.222-36, Affirmative Action for Handicapped Workers with disabilities; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (JUN 2006) Offerors are reminded to include a completed copy of 52.212-3 with RFQ response, or provide an affirmative response that the offeror is registered in ORCA and all information in ORCA is current and complete. All clauses shall be incorporated by reference or full text in the purchase order. Additional contract terms and conditions applicable to this procurement are: Invoice Instructions: An invoice is a written request for payment under this contract for supplies delivered or for services rendered. Payment of invoices submitted under this contract shall be made in accordance with the terms and conditions of the Prompt Payment clause and in accordance with the provisions of other clauses in this contract. Failure or refusal to provide the following information on all invoices submitted under this contract may result in the invoice being considered improper for payment in accordance with the Prompt Payment clause. In order to be proper, an invoice must include, as applicable, the following: a. GENERAL INFORMATION 1. Name of Contractor 2. Invoice date 3. Contract number (including order number, if any), contract line item number, contract description of supplies or services, quantity, contract unit of measure and unit price, and extended total. 4. Shipment number and date of shipment (bill-of-lading number and weight of shipment will be shown for shipments on Government bills of lading). 5. Name, title, phone number and complete mailing address of responsible Official who can be contacted in the event of an improper invoice, if there are questions, or additional information is needed by this agency to process payment. 6. Any other information or documentation required by other provisions of the Contract (such as evidence of shipment). 7. Invoices shall be prepared and submitted to the following addresses: Original and 2 copies of invoice should be sent to: Department of Homeland Security Federal Emergency Management Agency Center for Domestic Preparedness Attn: Vendor Payments (James Andruszewski) P.O. Box 5100 61 Responder Drive Anniston, AL 36205-0100 Another copy of invoice should be sent to: Department of Homeland Security Federal Emergency Management Agency FEMA Finance Center Building 708 P.O. Box 800 Berryville, VA 22611 In addition to the hardcopy invoices mailed to the addresses above, contractors may also submit a copy electronically to the following address: FEMA-Finance-Vendor-Payments@fema.gov AND James.andruszewski@fema.gov b. ELECTRONIC FUNDS TRANSFER (EFT) INFORMATION 1. The contractor should include the EFT information set forth below on all invoices submitted for payment under this contract. Failure to provide the information or failure to notify this agency of changes to this information may result in delays in payments and/or rejection of the invoice in accordance with the Prompt Payment clause of this contract. The following EFT information should be submitted on each invoice: (a) Routing Transit Number (RTN) - The contractor shall provide the current 9-digit RTN of the payee's bank (b) Payee's account number (c) Contractor's Tax Identification Number (TIN) (The EFT information submitted must be that of the contractor unless there is an official Assignment of Claims on file with the payment office.) If at any time during the term of this contract, the contractor changes any EFT information, (i.e. financial agent, RTN, account number, etc.) the new EFT information must replace the old EFT information on subsequent invoices submitted under this contract. To avoid delays in processing invoices, the contractor must also submit written notification of EFT information changes to the office designated in this award document as soon as the new information is known to the contractor. This notification must be in writing and signed by the individual authorized by the contractor to make such changes. Other Administrative Instructions: Central Contractor Registration (CCR). In accordance with FAR 52.212-4, Offerors shall be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov; provide DUNS number; Cage Code and TIN. Please submit email quotes (using PDF, MS Word or Excel attachments) to James Suerdieck at james.suerdieck@dhs.gov. Quotes are due by 12:00 pm Eastern on 30 AUG 2011. Any questions must be addressed to James Suerdieck by email only NLT 25 AUG 2011. No phone calls accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/NETC/HSFEEM-11-Q-0108/listing.html)
 
Place of Performance
Address: 40 Twill Lane, Anniston, Alabama, 36205, United States
Zip Code: 36205
 
Record
SN02532316-W 20110814/110812235505-9513173243f2fae81ac88c03d3267aba (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.