Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 21, 2016 FBO #5354
SOLICITATION NOTICE

40 -- HVAC Filter BPA - RFQ HSSS01-16-Q-0339 Documents

Notice Date
7/19/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
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
HSSS01-16-Q-0339
 
Archive Date
9/3/2016
 
Point of Contact
Gabriella Marino, Phone: 2024069714
 
E-Mail Address
gabriella.marino@associates.usss.dhs.gov
(gabriella.marino@associates.usss.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Pricing Sheet Statement of Specification This is a combined synopsis/solicitation for commercial items 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. This requirement is to establish a Blanket Purchase Agreement (BPA) for brand name or equal Camfill Far and Koch air filters; a Statement of Specifications is attached for reference. This requirement is set aside for small business. The NAICS is 238220. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89, effective July 14, 2016. The United States Secret Service (USSS) has a requirement for HVAC air filters, in accordance with Attachment 1 - Statement of Specifications. The United States Secret Service intends on issuing a single-award blanket purchase agreement (BPA), as a result of this RFQ. The resulting BPA will be for a duration of one base year and four one year option period as follows: Year 1: Date of award through 08/31/2017 Year 2: 09/01/2017 through 08/31/2018 Year 3: 09/01/2018 through 08/31/2019 Year 4: 09/01/2019 through 08/31/2020 Year 5: 09/01/2020 through 08/31/2021 Award will be made to the offeror that provides the lowest price technically acceptable quote to the U.S. Government. In order to be deemed technically acceptable, offerors shall complete Attachment 3 - Pricing Sheet and all quoted items must be brand name or equal to those listed in the Statement of Specifications (See Attachment 2). Total price will be evaluated by adding all option period totals identified on the pricing sheet. The Government will query relevant FAPIIS/PPIRS/CPARS information to assess past performance in order to determine contractor responsibility. Past performance questionnaires will not be distributed, and Offerors are not required to submit past performance information. Past performance will be rated as acceptable or unacceptable. The following terms and conditions will apply to the BPA issued as a result of this RFQ. The Contractor shall provide all requested items if and when requested by the Contracting Officer during the performance period. The maximum aggregate dollar amount of all orders made under the BPA shall not exceed the quantity for each type of filter, per year. FILTER BRAND Description Part Number NTE Quantity/Year KOCH MERV 8 Pleat 24X24X2 102-700-022 600 KOCH MERV 13 Dura Max 24X24X12 111-502-101 120 KOCH 0.3 Micron HEPA 24X24X11 1/2 H66A3X1 10 KOCH 11 3/8X23 3/8X11 1/2 HEPA 404-009-003 30 KOCH 23 3/8X23 3/8X11 1/2 HEPA 404-009-004 180 FILTER BAG BRAND Description Part Number NTE Quantity/Year Camfill Farr 64C x 72/3G (Bag in/out) 310-159-006 240 Camfill Farr 86C x 96/3G (Bag in/out) 310-159-007 50 Camfill Farr 80C x 96/3G (Bag in/out) 310-159-008 10 The Government is obligated only to the extent of authorized purchases actually made under the BPA. Delivery will be to Washington, DC 20223. If shipping for items are with dimensions of 24" width by 32" height and 70 pounds or larger it will be required to go to a separate address for scanning before reaching final delivery. Selection of award will be based on lowest priced technically acceptable and will be firm fixed priced. All offerors that quote substitutions shall provide specifications to show how product meets or exceeds specifications. All specifications must be met or exceeded. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 -- System for Award Management. (Jul 2013) 52.204-13 - System for Award Management Maintenance. (JUL 2013) 52.211-6 -- Brand Name or Equal (Aug 1999) 52.212-4 Contract Terms and Conditions - Commercial Items. (MAY 2015) 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors. (DEC 2013) 52.212-1 -- Instructions to Offerors -- Commercial Items (Oct 2015) 52.212-2 -- Evaluation -- Commercial Items. (Oct 2014) 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. (Apr 2016) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (JUN 2016) (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). _X__ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X__ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016) (E.O. 13126). _X__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _X__ (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). _X__ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). _X__ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). _X__ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). _X_ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). _X__ (50) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.252-2 Clauses Incorporated by Reference. (FEB 1998) USSS 3052.204-90 Unauthorized Use of the U.S. Secret Service Name USSS 3052.213-90 Terms and Conditions of Blanket Purchase Agreement (BPA) All responses shall be submitted via email to gabriella.marino@associates.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 quote 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 bank information to include bank address, checking number and routing number. Vendors shall submit a Statement of Contractor Responsibility. Vendor shall also state where the product is manufactured. Questions in regard to this requirement are due to the Contract Specialist via email at gabriella.marino@associates.usss.dhs.gov no later than August 2, 2016 at 4:00 PM EST. Responses to this solicitation are due by no later than August 19, 2016 at 3:00 PM, EST. Quotations shall be emailed to gabriella.marino@associates.usss.dhs.gov. Responses shall be in Word, Excel, and/or PDF electronic format. Reference the solicitation number in your email subject line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/HSSS01-16-Q-0339/listing.html)
 
Place of Performance
Address: Laurel, Maryland, 20708, United States
Zip Code: 20708
 
Record
SN04187787-W 20160721/160719234734-f17952c090ed022928651dd7cdf2f4be (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.