SOLICITATION NOTICE
59 -- Cameras, Acoustic Noise Generators, Near-Field Detection Receivers and Non-Linear Junction Detectors - Package #1
- Notice Date
- 9/10/2018
- 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
- ROSS-18-00075
- Point of Contact
- Brenda Jackson-Pryor, Phone: (202) 447-0569, Tanya M. Hill, Phone: (202) 447-5511
- E-Mail Address
-
Brenda.Jackson-Pryor@hq.dhs.gov, Tanya.Hill@hq.dhs.gov
(Brenda.Jackson-Pryor@hq.dhs.gov, Tanya.Hill@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 Quoter 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 90 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 Quoters - Commercial applies to this acquisition. Each Quoter 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, Quoter Representations and Certifications-Commercial Items. The Quoter shall complete their representations and certifications through the System for Award Management and provide verification with their quotation submission. The Quoter shall complete only paragraph (b) of this provision if the Quoter 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; FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation; and FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. Full text of FAR clauses and provisions incorporated by reference can be found at www.acquisition.gov. (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) Questions are due no later than Tuesday, September 11, 2018 12:00 p.m. Eastern Standard Time (EST). Quotes are due no later than Thursday, September 13, 2018 at 12:00 p.m. 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 and Tanya Hill, Contracting Officer, (202) 447-5511 or Tanya.Hill@hq.dhs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/ROSS-18-00075/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
- Zip Code: 20528
- Record
- SN05081805-W 20180912/180910231620-5a1c4537c6a13fdd3dd9b39183e6eb8a (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 |