SOLICITATION NOTICE
66 -- Linear Radiation Monitors - Specifications
- Notice Date
- 7/25/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423490
— Other Professional Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
- ZIP Code
- 20528
- Solicitation Number
- HSHQDC-13-R-RDPA00063
- Point of Contact
- Matthew Robertson, Phone: 2022547163
- E-Mail Address
-
matthew.robertson@hq.dhs.gov
(matthew.robertson@hq.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Product Specifications This is a combined synopsis/solicitation for commercial services prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. A subsequent solicitation document will not be issued. The Government intends to award a single Blanket Purchase Agreement for linear radiation monitors in accordance with the attached specifications. The offeror shall provide a price list of all products offered in their response. Discounts from commercial pricing are strongly encouraged. This solicitation is a total small business set aside. Only responses from small business concerns will be accepted. Offers from other than small business concerns will not be considered for award. Evaluation and Selection of award will be based on lowest priced technically acceptable. Award of a BPA does not obligate the Government to place any orders. Once a BPA is issued orders will be placed via delivery order. The BPA will be for one base year and 4 one year option years. The base year and each option year shall not exceed $1,000,000.00 for the year. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central contractor registration (Apr 2008) 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008); In accordance with FAR 52.212-2, All quotes shall be evaluated based on price. 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2009) (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 (MAR 2009); 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 (Dec 2009), 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 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. FAR 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to the prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed six (6) months. The Contracting Officer may exercise the option by written notice to the Contractor within five (5) days of expiration of the contract period of performance. (End of Clause) FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a)The Government may extend the term of this contract by written notice to the contractor within five (5) days of expiration of the contract period of performance; provided that the Government gives the contractor preliminary written notice of its intent to extend at least thirty (30) days before the contract expires. The preliminary notice does not commit the Government to an extension. (b)If the Government exercises this option, the extended contract shall be considered to include this option clause. (c)The total duration of the contract, including the exercise of any options under this clause, shall not exceed thirty (30) months. All responses shall be submitted via email to Matthew.Robertson@hq.dhs.gov. Any other method 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 provide evidence that the items quoted meet all of the minimum requirements listed in the specifications list attached to this solicitation. Responses to this solicitation are due by no later than 9 August 2013, 5:00 PM EST. Offers shall be emailed to Matthew.Robertson@hq.dhs.gov. Reference Linear Radiation Monitor BPA in the subject line. This requirement is a total small business set aside.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-13-R-RDPA00063/listing.html)
- Record
- SN03127184-W 20130727/130725235459-f342d6a838e1e2524caa5dcfaf4cfa57 (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 |