Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2013 FBO #4290
SOLICITATION NOTICE

R -- Laboratory Re-Accrediation - SOW - Instructions to Offerors - Evaluation Factors - Provisions and Clauses

Notice Date
8/21/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
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
380421
 
Archive Date
9/28/2013
 
Point of Contact
Linda D. McAdams, Phone: 2024066788
 
E-Mail Address
linda.mcadams@usss.dhs.gov
(linda.mcadams@usss.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Provisions and Clauses Evaluation Proposal Instructions Statement of Work This is a combined synopsis/solicitation for commercial services 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. Synopsis/solicitation number RFQ 398143 is issued as a Request for Quote (RFQ) through Federal Acquisition Circular 05-37. The North American Industry Classification System (NAICS) is 541990. The Period of Performance for the base period is 12 months from date of contract award and ends 12 months after date of contract award with a possibility of four (4) option periods. The Government intends to award a competitive Firm Fixed Price (FFP) commercial purchase order for the US Secret Service. 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. This Solicitation is comprised of: •1. CONTRACT LINE ITEM (CLIN) SPECIFICATIONS •2. FORMAT AND SUBMISSION OF PROPOSAL •3. EVALUATION FACTORS •4. PROVISIONS AND CLAUSES •5. STATEMENT OF WORK CONTRACT LINE ITEM (CLIN) SPECIFICATIONS CLIN 0001 : The United States Secret Service (USSS), Forensics Services Division (FSD) Laboratory is seeking reaccreditation, with the necessary means to participate an internationally recognized forensic science laboratory accreditation program prior to the expiration of its current accreditation. Period of Performance: Base Year - 12 months after contract award Option Year One (1) - 12 months after base year Option Year Two (2) - 12 months after option year one (1) Option Year Three (3) - 12 months after option year two (2) Option Year Four (4) - 12 months after option year three (3) II. FORMAT AND SUBMISSION OF PROPOSAL Part A. Pricing and Availability - The offeror shall provide an FOB Destination (if applicable) "each" price for CLIN 0001, estimated delivery date after receipt of order, and a total order price. 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 System Award Management System (SAM) database prior to award of any contract. Information about SAM may be found at www.fsd.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. Part C. Documents If submitting quote for an "or equal" product, brochures and product literature inclusive of specifications allowing for a comparative analysis must be provided. All documents required for submission of quote must be sent to Linda McAdams via email to linda.mcadams@usss.dhs.gov. Hard copy or faxed proposals shall not be accepted. III. EVALUATION FACTORS Award will be based on to the Lowest Price Technically Acceptable (LPTA) Source Selection Process. In accordance with Federal Acquisition Regulation (FAR) Part 15.101-2, the USSS will make the award based on the technically acceptable proposal with the lowest evaluated price. IV. 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 (now SAM) FAR 52.212-1 Instructions to Offerors--Commercial Items FAR 52.212-2 Evaluation--Commercial Items. Award will be based on: (1) technical acceptability, (2) past performance, and (3) price. 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. Under (b) the following clauses are applicable: FAR 52.219-6 Notice of Total Small Business Set-Aside, 52.219-28, Post Award Small Business Program Rerepresentation, 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 52.232-33 Payment by Electronic Funds Transfer - Other than Central Contractor Registration, 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. 3052.209-70 Prohibition on Contracts with Corporate Expatriates 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 V. ADDITIONAL INFORMATION FOR OFFERORS Since this is a competitive requirement, please do not telephone with questions but email them. All questions must be submitted to linda.mcadams@usss.dhs.gov via email no later than 10:00 a.m. Eastern Standard Time (EST) on Wednesday, August 28, 2013 Questions and Answers will be sent to all vendors no later than 10:00 am on Tuesday, September 3, 2013. If you do not receive a confirmation response then your question was not received. Due date for quotes is no later than 4:00 p.m. Eastern Standard Time (EST) on Friday September 13, 2013. All documents required for submission of quote must be sent to Linda McAdams via email to linda.mcadams@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/PDDC20229/380421/listing.html)
 
Place of Performance
Address: USSS - Headquarters, Washington, District of Columbia, 20223, United States
Zip Code: 20223
 
Record
SN03157846-W 20130823/130822000425-5e80879e5926341ecca4b3bffef16462 (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.