Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2014 FBO #4642
SOLICITATION NOTICE

42 -- Purchase or a brand name or equal basis, command vehicle equipment for upfit.

Notice Date
8/8/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
N63285 Naval Criminal Investigative Service Russell Knox Bldg 27130 Telegraph Rd Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
N6328514SU112
 
Response Due
8/13/2014
 
Archive Date
8/14/2014
 
Point of Contact
Mary Lee Schuck 571-305-9271 Shannon M. Deristel Contracting Officer
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the information in FAR Subpart 37.1 using the Acquisition Procedures under the Naval Criminal Investigative Service NAVSUPINST 4200.85D program for commercial services 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. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The solicitation number is N63285-14-SU-01126 and is being issued as an RFP. This solicitation document incorporates provisions and clauses in effect through FAC 2005-76 and DFARS Change Notice 20070913. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 334290 and the Small Business Standard is $750 employees. This solicitation will result in a Firm Fixed Price purchase order. Naval Criminal Investigative Service (NCIS) requests responses from qualified sources capable of providing CLINs 0001 through 0014. Contractor shall provide on a brand name or equal basis the items listed as follows: Feniex Pegasus Interior Bar Red/Blue9 EA Feniex Cobra T-6 Red 18 EA Feniex Cobra T-6 Blue18 EA Feniex Cobra 200 Red/Blue 18 EA Feniex Cannon Red 18 EA Feniex Cannon Blue18 EA Whelen UHF 2150 Head Light Flasher 9 EA Feniex Triton 100 Watt Siren Speaker 9 EA Whelen Gamma siren With 2 Accessory Switches 9 EA ABC Fire Extinguisher With vehicle Mount 9 EA Whelen 60CREGCS Red/White Interior Light 9 EA Window Tint 1 9 EA Grab Handles For Ceiling of Van 19 EA The following FAR provision and clauses are applicable to this procurement: 52.202-1 Definitions 52.204-2 Security Requirements 52.204-7 Central Contractor Registration 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.217-5 Evaluations of Options 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executed Orders Applicable to Defense Acquisitions of Commercial Items Including: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.205-7000 Provision of Information to Cooperative Agreement Holders 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises and Native Hawaiian Small Business Concerns 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.243-7002 Requests for Equitable Adjustment CONTRACTOR RESPONSIBILITY: In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible vendors. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractor ™s current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel. Consideration of a prime contractor ™s compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods if such options are considered when evaluating offers for award. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor(s). In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. The Contracting officer reserves the right to request additional information if needed. INVOICING: Invoices shall be submitted paid via Government Purchase Card upon receipt of certified and accepted invoice. Interested vendors may send the quotation to the Naval Criminal Investigative Service (NCIS) in any of the following ways; (a) By e-mail to mary.schuck.ctr@navy.mil, or (b) By commercial courier (i.e. FEDEX or UPS) to the following address: Naval Criminal Investigative Service Attn: Mary Lee Schuck, Code 11B1, Russell Knox Building, 27130 Telegraph Road, Quantico, VA 22134-2253 Each vendor shall provide either one (1) original or one (1) copy in hard copy or an electronic version of their quote. III. Price Submission: Vendors shall complete price schedule (attached) as follows: (1) Total price for each CLIN as set forth in the attached Schedule (no substitutions or deletions) and provide supporting information with a price breakdown by CLIN/Subclin Structure. Price quotes shall be held firm for sixty (60) days after the closing of the solicitation. EVALUATION OF QUOTATIONS (a) The Government will award a contract resulting from this solicitation to the responsible vendor whose quotation conforming to the solicitation will be technically acceptable, lowest price and other factors considered. The following factors shall be used to evaluate quotes: Lowest Price Technically Acceptable offer. (b) A written purchase order in response to the vendor ™s quotation will be e-mailed or otherwise furnished to the successful vendor. The Contracting Officer may ask the vendor to provide written acceptance of an order. In other circumstances the vendor may indicate acceptance by proceeding with the services ordered Quotations will be evaluated as follows: a) Technical capability c) Price In accordance with FAR 15.404-1(b), price proposals will be evaluated by the Government to ensure completeness, price reasonableness for the services being provided, considering the specific terms and conditions and relevant commercial practices. Completeness - The Government will evaluate the price proposal for completeness by assessing the responsiveness of the Offeror in providing requested pricing data for all RFP requirements and the tasks in the PWS. Reasonableness -The Government will evaluate how well the Offeror ™s proposal supports its pricing over the life of the contract. This announcement will close at 1:00 P.M. on 13 August 2014. Please direct questions to Mary Lee Schuck at mary.schuck.ctr@navy.mil NLT 12:00 P.M 11 August 2015. Oral communications are not acceptable in response to this notice. Vendor(s) must be registered in the Central Contractor Registration (CCR) database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. (End of Combined Synopsis/Solicitation)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/acdf9d7ad6cb64468c0fa70ad43d64c6)
 
Place of Performance
Address: Naval Criminal Investigative Service
Zip Code: Gerry Arena
 
Record
SN03457819-W 20140810/140808234943-acdf9d7ad6cb64468c0fa70ad43d64c6 (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.