Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2011 FBO #3555
SOLICITATION NOTICE

W -- Tent Rentals In Support of United Nations General Assemby - Statement of Work for Tent Rentals

Notice Date
8/17/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532292 — Recreational Goods Rental
 
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
291002
 
Archive Date
9/13/2011
 
Point of Contact
Danielle M. Donaldson, Phone: (202) 406-6812
 
E-Mail Address
danielle.donaldson@usss.dhs.gov
(danielle.donaldson@usss.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work for Tent Rentals 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; quotes are being requested and a written solicitation will not be issued. Solicitation number 291002 is issued as a Request for Quotation (RFQ) through Federal Acquisition Circular 05-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 532292 - Other Consumer Goods Rental with a small business size standard of $7M. This requirement is a small business set aside and only qualified offerors may submit bids. The United States Secret Service requires tent rentals in support of the United National General Assembly (UNGA) for various locations in and around surrounding areas in New York as specified in the attached Statement of Work (SOW). The Government intends to award a Blanket Purchase Agreement (BPA). 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. 1. PRICING AND AVAILABILITY The offeror shall provide an FOB Destination "each" tent rental including accessories in accordance with each line item listed in the SOW. 2. 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. 3. PAST PERFORMANCE REFERENCES The offeror shall submit at least three references for current and past performance. Past Performance will be evaluated in terms of relevancy and currency (See Number 4. Evaluation Factors). The submission of all references shall include the following information: (i) Contract Number(s) (ii) Name and phone number of a point of contact at the Federal, State, Local Government or Commercial entity for which the contract was performed. (iii) Email addresses for each point of contact (iv) Dollar value of the Contract. (v) Detailed description of the work performed. (vi) The number, type and severity of any quality, delivery or cost problems in performing the contract, the corrective action taken and the effectiveness of the correct action. 4. EVALUATION FACTORS The Government will award a contract resulting from this solicitation to the contractor that offers the lowest price technically acceptable. Each line item will be evaluated separately. Evaluation of price will be made on total price. Steps in the evaluation and award of this acquisition are as follows: (i) All offers found to be technically unacceptable shall be eliminated. Examples of reasons for being found unacceptable include but are not limited to: nonresponsive, debarred or suspended. (ii) Offerors of technically acceptable products and having low risk to moderate past performance ratings will be ranked by price. (iii) Technically acceptable products will be evaluated on: a. T he offeror's proposal shall demonstrate its understanding of the requirements listed in the Statement of Work (SOW), as well as its knowledge of the services to be provided. Past Performance - Past Performance will be evaluated in terms of relevancy and recent history. Relevance means references provided must relate to the same effort or similar one in both product and scale. Recent history means references provided on current or recently completed contracts within the past 3 years. Past performance will assess delivery and quality of product as it relates to probability of successful contract performance. Each performance risk assessment of the areas listed above will consider the number and severity of problems, the effectiveness of corrective actions taken and the overall work record. Problems not addressed by the offeror will be considered to still exist. However, the degree to which the offeror can demonstrate that it has successfully provided program support will be given a higher rating. Under this factor, the USSS will evaluate how well an offeror performed similar work with other government agencies or companies. The assessment of performance risk is not intended to be an analysis of an offeror's performance on a list of contracts, but rather the product of subjective judgment of the evaluators after it considers all available, relevant and recent information. Price - For evaluation purposes, the Total Evaluated Price will be the sum of all line item amounts. 5. 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 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 FAR 52.203-6 Restrictions on Subcontractor Sales to the Government 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 FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contractor Registration. 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 6. 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 Danielle Donaldson at Danielle.Donaldson@usss.dhs.gov no later than 22 August 2011 by 1300 hours EST. If you do not receive a confirmation response then your question was not received. The deadline for receipt of quote is 29 August 2011 by 1300 hours EST. All documents required for submission of proposal must be sent to Danielle Donaldson via email to Danielle.Donaldson@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/PDDC20229/291002/listing.html)
 
Place of Performance
Address: To Be Determined, New York, United States
 
Record
SN02538962-W 20110819/110818000414-9149894a6778950d8c2c3dd081a3074e (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.