Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2012 FBO #3946
SOLICITATION NOTICE

58 -- NAGRA CCR EQUIPMENT - RFQHSSS01-12-Q-0213

Notice Date
9/11/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment 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, United States
 
ZIP Code
20223
 
Solicitation Number
HSSS01-12-Q-0213
 
Archive Date
10/2/2012
 
Point of Contact
Lauren E Edwards, Phone: (202) 406-6940
 
E-Mail Address
lauren.edwards@usss.dhs.gov
(lauren.edwards@usss.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
RFQ 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, and its attachments, constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This is a simplified acquisition under Part 13 issued in the open market for a brand name or equal equipment. Provision 52.211-6, Brand Name or Equal is applicable. The Government intends to award a competitive, commercial, firm fixed priced type contract. Any substitute must meet the requirements below: The U.S. Secret Service intends to purchase the items below with the stated specifications: CLIN 0001: NAGRA (CCR-KIT) credit card solid state audio recorder, docking station/charger, 100 EA Nagra CCR 16bit, 24Khz PCM Linear recorder Nagra CCR Docking Station Software Dongle CLIN 0002: NAGRA Badge Holder, 100 EA This solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular 2005-60, effective August 27 th, 2012. The associated North American Industrial classification System (NAICS) code for this procurement is 334310 with a small business size standard of 750.00 employees. This solicitation is unrestricted/not reserved for small business concerns, in accordance with FAR 19.502-2. Selection of award will be based on lowest priced technically acceptable. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central contractor registration (JUL 2006) 52.211-6 Brand Name or Equal (Aug 1999) 52.212-1 Instructions to Offerors-Commercial Items (SEP 2006); In accordance with FAR 52.212-2, All quotes shall be evaluated based on price. 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2006) ALTERNATE I (APR 2002) ( The offeror shall complete the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications - Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer. A copy of the offeror's completed record from ORCA shall be printed and submitted with the offer ). 52.212-4 Contract Terms and Conditions-Commercial Items (SEP 2005); 3052.209-70 Prohibition on contracts with corporate expatriates. (JUN 2006) ; Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (NOV 2006), the following clauses apply and are incorporated by reference: 52.233-3, Protest after award, 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, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and 52.203-6 Restrictions on subcontractor sales to the government, with alternate I; 52.219-8 Utilization of small business concerns USSS-70 "Unauthorized use of Secret Service Name" in accordance with 18 U.S.C. 709, In accordance with 18 U.S.C. 709, any contractor, except with the written permission of the Director of the U.S. Secret Service, who knowingly uses the words "Secret Service", "Secret Service Uniformed Division", "U.S.S.S.", "U.D." or any colorable imitation or such words or initials, in connection with or as a part of any advertisement, circular, book, pamphlet or other publication, play, motion picture, broadcast, telecast, other production, product or item, in a manner reasonably calculated to convey the impression that such advertisement, circular, book, pamphlet or other publication, product, or item, is approved, endorsed, or authorized by or by associated in any manner with, the U.S. Secret Service or the U.S. Secret Service Uniformed Division shall be punishable as follows: a corporation, partnership, business trust, association, or other business entity, by a fine under this title; an officer or member thereof participating or knowingly acquiescing in such violation or any individual violating this section, by a fine under this title or imprisonment for not more than one year, or both. These FAR Provisions and Clauses may be accessed via the world wide web at: http://www.arnet.gov/far/, www.dhs.gov. Telephone requests for copies of FAR Provisions and/or Clauses will not be accepted. All responses shall be submitted via email to Lauren.Edwards@usss.dhs.gov. Any other type of submission of responses shall not be accepted. At a minimum, responsible sources shall provide the following: a price proposal on letterhead which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, delivery time, payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code, and ORCA record. The submitted offer shall also state that the items quoted meet all of the minimum requirements listed above in this solicitation. Responses to this solicitation are due by no later than Monday, 17 September 2012, 12:00PM, EST. Offers shall be emailed to Lauren.Edwards@usss.dhs.gov. Reference solicitation number HSSS01-12-Q-0213, on your proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/HSSS01-12-Q-0213/listing.html)
 
Place of Performance
Address: 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia 20223, United States, Washington, District of Columbia, 20223, United States
Zip Code: 20223
 
Record
SN02877970-W 20120913/120912001944-3ace57c52d3a512905dd152f1e4f7ec3 (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.