Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 08, 2018 FBO #6133
SOLICITATION NOTICE

59 -- Research Electronic International, LLC (REI) products - Package #1

Notice Date
9/6/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
70RDAD18Q00000170
 
Point of Contact
Brenda Jackson-Pryor, Phone: 2024470569
 
E-Mail Address
Brenda.Jackson-Pryor@hq.dhs.gov
(Brenda.Jackson-Pryor@hq.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Schedule of CLINs Statement of Work (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The Government intends to award a Firm-Fixed Price purchase order under Simplified Acquisition Procedures (SAP) using FAR Part 13 to the responsible Offeror whose quotation conforming to this synopsis/solicitation will offer the best value to the Government, price and other factors considered. (ii) The Request for Quotation (RFQ) or Reference Number is: 70RDAD18Q00000170. (iii) This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100. (iv) This acquisition is NOT set aside for Small Businesses. (v) The Contract Line Item Numbers (CLINs), Description, Quantities, and Units of Measure are: See Attachment B - Schedule of CLINs. (vi) The purchase order shall provide for equipment as outlined in Attachment B - Schedule of CLINs. (vii) A period of performance is 84 days from Date of Award as outlined in Attachment A - Statement of Work. (viii) The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors - Commercial applies to this acquisition. Each Offeror shall submit their quote electronically to the POC listed in Section XVII. See also Sections X and XIII for additional submission requirements. (ix) The provision at 52.212-2, Evaluation-Commercial Items applies to this acquisition. The following factors shall be used to evaluate offers: Technical Capability, Past Performance, and Price. (x) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The Offeror shall complete their representations and certifications through the System for Award Management and provide verification with their quotation submission. The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through www.sam.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. The following addenda have been attached to this clause: None. (xii) The provision at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Additional FAR clauses applicable to this requirement are: The clause at 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; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer System for Award Management. (xiii) The following additional clauses are cited: 52.204-7 System for Award Management; HSAR 3052.209-70 Prohibition on contracts with corporate expatriates. Full text of FAR clauses and provisions incorporated by reference can be found at www.acquisition.gov and HSAR Clauses at http://farsite.hill.af.mil/VFHSARA.HTM. (xiv) FAR 52.211-6, Brand Name or Equal. If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (xv) Rating under the Defense Priorities and Allocations System (DPAS) - N/A. (xvi) Offers are due no later than Tuesday, September 11, 2018 at 12:00 p.m. Eastern Standard Time (EST) and shall be submitted electronically (via email) to the individual noted in section "xvii". A separate solicitation document is not available. (xvii) For more information regarding this RFQ please contact Brenda Jackson-Pryor, Contract Specialist, (202) 447-0569 or Brenda.Jackson-Pryor@hq.dhs.gov. he Department of Homeland Security (DHS) must be able to provide technical security countermeasures (TSCM) for transmitters used to exfiltrate audio, video or data from DHS facilities. TSCM are methods and practices employed to detect and nullify a wide variety of technologies that are used to obtain unauthorized access to classified national security information, restricted data, and/or sensitive but unclassified information. Multiple types of equipment are necessary to effectively do this. The Research Electronic International, LLC (REI) products are being used by various government agencies to detect and nullify the wide variety of technologies that are used to obtain unauthorized access to classified national security information, restricted data, and/or sensitive but unclassified information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/70RDAD18Q00000170/listing.html)
 
Place of Performance
Address: Department of Homeland Security Headquarters (DHS HQ), 3801 Nebraska Ave, NW, Washington, District of Columbia, 20528, United States
Zip Code: 20528
 
Record
SN05076187-W 20180908/180906232049-f48ee818b0d2efb6efb79f7d5ad99631 (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.