Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 18, 2013 FBO #4073
SOLICITATION NOTICE

P -- Plastic Sheeting - Section B in EXCEL

Notice Date
1/16/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424610 — Plastics Materials and Basic Forms and Shapes Merchant Wholesalers
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Logistics Branch, 500 C Street SW, Patriots Plaza -- 5th Floor, Washington, District of Columbia, 20472, United States
 
ZIP Code
20472
 
Solicitation Number
HSFE70-13-R-0001
 
Point of Contact
Toye T Hobday, Phone: 202.646.1653, Armetia Cato, Phone: 2026467978
 
E-Mail Address
toye.hobday@dhs.gov, armetia.cato@fema.dhs.gov
(toye.hobday@dhs.gov, armetia.cato@fema.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Price/Cost Schedule Combined Synopsis Solicitation January 16, 2013 This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6. HSFEHQ-13-R-0001 is issued as a Request for Proposal (RFP), to provide the following: (1) Disposal of nylon-string reinforced Blue Roof Plastic Sheeting (2) Recycling and/or disposal of non-reinforced Blue Roof Plastic Sheeting for The Federal Emergency Management Agency (FEMA). The Contractor will be responsible for FEMA's inventory located throughout the Continental United States (CONUS) as well as outside CONUS. This requirement is set aside for Small Businesses. The NAICS code is 424610. It is anticipated that multiple awards will result from this solicitation. FEMA intends to award a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) Contract with a base period of performance of one year with four twelve month option periods. FEMA's Acquisition Division has a requirement to dispose and/or recycle non-reinforced and nylon-string reinforced plastic sheeting from past disaster operations. BASIS FOR AWARD: The Government will make award to the responsible/responsive offeror whose offer will be most advantageous to the Government based on Lowest Price Technically Acceptable processes. In order to be found technically acceptable, the offeror must be capable of providing the services as specified within the Statement of Work. The requirements detailed in this solicitation shall be used as criteria to evaluate offerors. The provision at FAR 52.212-1 "Instructions to Offerors--Commercial" applies to this acquisition. The provision at FAR 52.212-2 "Evaluation-Commercial Items" applies to price/technically acceptable factors. Offerors are to include a completed copy of FAR provision 52.212-3 "Offeror Representations and Certifications--Commercial Items" with their response or provide this information via the SAM website, http://sam.gov. The following FAR clauses also apply: 52.212-4 "Contract Terms and Conditions--Commercial Items and 52.212-5 "Contract Terms and Conditions required to implement Statutes or Executive Orders--Commercial Items. FAR provision 52.217-8 also applies to this award. The aforementioned FAR provisions and clauses can be accessed electronically at http://www.acquisition.gov/far. Inquiries can be e-mailed to Ms. Hobday at Toye.Hobday@dhs.gov no later than December 5, 2012 by 10:00 am EST. The solicitation and any amendments to the solicitation will be posted on the FedBizOpps web-page. The internet address for downloading the solicitation is http://fedbizopps.gov. Offerors are reminded that award can only be made to a Contractor who is registered in System for Award Management (SAM). Interested parties are responsible for monitoring the site to assure that they have the most up to date information regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/OAM/HSFE70-13-R-0001/listing.html)
 
Place of Performance
Address: Please see SF 1449 for locations., United States
 
Record
SN02966404-W 20130118/130116234001-4d8d241d3af8f62b732c3b71261b2a1f (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.