Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2011 FBO #3575
SOLICITATION NOTICE

66 -- Personal Radiation Detectors - Package #1

Notice Date
9/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
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
RFQ282787
 
Archive Date
9/27/2011
 
Point of Contact
David Leonard,
 
E-Mail Address
david.leonard@usss.dhs.gov
(david.leonard@usss.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work 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. This solicitation is being issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. The North American Industry Classification Code for this project is 334511 - Search, Detection, Navigation, and Guidance Manufacturing. The Government intends to award a competitive commercial purchase order as a result of this solicitation. 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 quote, 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. The Department of Homeland Security (DHS) currently has a requirement for Personal Radiation Detectors in accordance with the specifications identified in the attached Statement of Work (SOW). Offerors must propose an item that can fulfill the minimum specifications as outlined in the attached SOW dated September 05, 2011. The following provisions and clauses apply to this acquisition: FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation (Jul 2009) FAR 52.212-1, Instructions to Offerors--Commercial Items. FORMAT AND SUBMISSION OF PROPOSAL Part A. Offerors must submit itemized pricing for the required PRDs, Training Services, extended technical support requirements that may be applicable, and shipping prices (FOB Destination). Part B. 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. FAR 52.212-2, Evaluation-Commercial Items This is a competitive Request for Quotations (RFQ). The government will make an award to the offeror whose quote provides the best value to the government. Best value will be determined based on the following evaluation factors which are listed in descending order of importance: Performance Parameters, Physical Requirements, Training Capabilities, Relevant Past Performance, and Price. All non-price factors, when combined, are more important than price. The government may pay more for a product that provides for superior detection, but will not pay a significantly higher price for slightly better performance. Evaluation Criteria: Performance Parameters: The awardee's PRD's must meet or exceed the performance parameters listed in the specific requirements sections above. Physical Requirements: The awardee's PRD's must meet the approximate size, weight, and durability standards listed in the specific requirements section above. Training Requirements: The awardee must propose prices for three separate training events in Washington, DC. Training will be procured at a fixed price per session. Travel and Other Direct Costs related to training will be reimbursed at the vendor's actual costs, but in no case be reimbursed at an amount above the levels set forth in the General Services Administration (GSA), Federal Travel Regulation (FTR). Relevant Past Performance: Vendors must submit examples of past performance for similar efforts. Examples may be provided for delivery of equipment and training to either government or commercial entities. In accordance with FAR 15.305(a)(2)(iv) an offeror without a record of relevant past performance or for whom information on past performance is not available, will not be evaluated favorably or unfavorably on past performance. Past performance examples should include the following information: 1. Contractor Name (Doing Business As) 2. Contract Number 3. Contract Type 4. Competitively awarded? Yes _____ No_______ 5. Follow-On (Incumbent)? Yes______ No_______ 6. Period of Performance 7. Initial Contract Cost 8. Current/Final Contract Cost 9. Service/Supply Provided 10. Agency Name (Customer) 11. Geographic Distribution Of Services Under This Contract, i.e. Local, Nationwide, Worldwide 12. Number Of Locations/Customers Serviced By The Contract 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. Specifically, the following clauses cited are applicable to this solicitation: 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, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. 52.252-1 Solicitation Provisions Incorporated by Reference. 52.252-2 Clauses Incorporated by Reference. 3052.209-70 Prohibition on Contracts with Corporate Expatriates. 3052.204-90 Unauthorized Use of the U.S. Secret Service Name The above Provisions and Clauses can be found at https://www.acq4uisition.gov/Far/. All questions and quotes must be sent in writing to the Contract Specialist, David Leonard via email at david.leonard@usss.dhs.gov. Quotes must be received no later than 2:00PM EST, Monday, September 12, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/RFQ282787/listing.html)
 
Record
SN02564249-W 20110908/110907000325-e804d744bf307428861dbcb8378433c7 (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.