Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2004 FBO #1003
SOLICITATION NOTICE

23 -- Modifications for All Aluminum Bumper Pull Trailers

Notice Date
8/23/2004
 
Notice Type
Solicitation Notice
 
NAICS
423110 — Automobile and Other Motor Vehicle Merchant Wholesalers
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Property Procurement and Management Section, 935 Pennsylvania Avenue, N.W., Washington, DC, 20535
 
ZIP Code
20535
 
Solicitation Number
RFQ-919089
 
Response Due
9/13/2004
 
Archive Date
9/28/2004
 
Point of Contact
Janice Williams, Contracting Officer, Phone 703-339-2742, Fax 703-339-2750,
 
E-Mail Address
jwillms725@aol.com
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The Request for Quote (RFQ) number is RFQ-919089, and is being conducted as a Small Business-Small Purchase Set-Aside under the procedures of the Federal Acquisition regulation (FAR) 12 and 13.3, test program. The RFQ incorporates provisions and clauses that are in effect through Federal Acquisition Circular 01-24. This solicitation will be distributed solely through the General Services Administration's Federal Business Opportunities website http://fedbizopps.gov. This site provides downloading instructions. All future information about this acquisition including solicitation amendments will also be distributed solely through this site. All questions in reference to this requirement shall be submitted via fax within five (5) business days after this announcement, any responses to questions provided will be posted on this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The North American Industry Classification System (NAICS) is 423110 and the Business Size is 500 employees. The FBI intends to award a Firm-Fixed Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ) type contract. This type of contract provides for the furnishing of an indefinite quantity within the stated limits from date of award of this contract for 12 months with four, one-year renewal options. Each one-year option period will begin on the anniversary date of the contract award. During the contract period, the FBI will order a guaranteed minimum of (1) modification of an all aluminum bumper pull trailer. The offeror(s) shall furnish the stated minimum, and as ordered, any additional quantities of modifications of aluminum bumper pull trailers, which shall not exceed a maximum of 80 aluminum bumper trailers over the life of the contract. The Government shall not be required to purchase from the successful offeror(s) any additional quantities after the initial guaranteed minimum. The Government reserves the right to make multiple and/or partial awards to Offerors who comply to the requirements set forth herein. Obligation of funds and specific quantities will be ordered through individual delivery orders issued during a Fiscal Year. The modifications of these trailers shall conform to the following list of minimum specifications: SPECIFICATIONS: SEE ATTACHED STATEMENT OF WORK (SOW) FOR RFQ #919089, ATTACHED. Warranty period shall be for one year minimum after acceptance. Destination shall be: SEE ATTACHED SOW. Delivery of modified trailer(s) expected within 45 days after receipt of this order. Thereafter, each subsequent modified all aluminum trailer will be delivered on a 15 (fifteen) day time table (SEE ATTACHED SOW). All quotes are due by September 13, 2004, at 4:30 PM, EDT. Fax quotes will be accepted and in fact are encouraged and may be faxed to (703)339-2750, attention: Janice Williams. All quotes shall be clearly marked RFQ #919089. The original to follow via USPS to the FBI, Engineering Contracts Unit, JEH Bldg., 935 Pennsylvania Avenue, NW, Room 6875, Washington, DC 20535-0001, attention: Janice Williams. Quotes shall be submitted on Standard Form 1449. No hand carried quotes will be accepted. It is the responsibility of the offeror to ensure that their quote is received at or prior to the noted date/time in this announcement. If the quote is not received at the location provided above by the specified time, it will be considered late. The Government is not responsible for locating or securing any information which is not identified in the quotation and responsible to the purchasing activity. The following clauses and provisions are incorporated by reference and apply to this acquisition. Full text clauses and provisions can be obtained at the following website: http://www.acqnet.gov. FAR clause 52.212.1 Instructions to Offerors-Commercial Items (JAN 2004), FAR 52.212-4 Contract Terms and Conditions - Commercial Items (OCT 2003), FAR 52.212-5 Contract Terms and Conditions -Required to Implement Statutes of Executive Orders - Commercial Items (JUNE 2004), FAR 52.215-5 Facsimile Proposals (OCT 1997), FAR 52.203-6 Restriction on Subcontractor Sales the Government ALT 1 (OCT 1995), FAR 52.204-7 Central Contractor Registration (OCT 2003), FAR 52.219-8 Utilization of Small Business Concerns (MAY 2004), FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26 Equal Opportunity (APR 2002), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (DEC 2001), FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), FAR 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act - (JAN 2004), FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contract Registration (OCT 2003). Each offeror shall include a completed copy of the FAR provision 52.212-3 Offeror Representations and Certification Commercial Items (MAY 2004), FAR 52.212-2 Evaluation - Commercial Items (JAN 1999) is tailored to read as follows: The following factors shall be used to evaluate offers: Technical (technical design, and capability of the items offered to meet the governments need), Past Performance and Price. Past Performance shall consist of, quality of product, customer satisfaction, and adherence to delivery schedule. To verify these past performance requirements each contractor shall provide, at a minimum three (3) names and telephone numbers of customers that have acquired the same or similar products for past performance evaluation. Technical and past performance, when combined are significantly more important than price. Any vendor not having government or commercial experience will be rated as "Neutral." FAR 52.217-9 Option to Extend the Terms of the Contract (MAR 2000), The Contracting Officer (CO) may extend the terms of the contract within 30 days, preliminary notice within 60 days. The total duration of this contract shall not exceed five (5) years, 52.216-18 Ordering (OCT 1995), Order may be issued through date of award through contract expiration. FAR 52.216.19 Ordering Limitations (OCT 1995) when the government requires supplies and services covered by this contract in the quantity of one, the government is not obligated to furnish those supplies under the contract. The contractor is not obligated to honor (1) any order for single item in excess of what the purchase order authorizes, (2) a series of order from the same ordering office within 2 days that together call for quantities exceeding the limitation in subparagraph 1 of this section. The contract will govern the contractor's and government's rights and obligations with respect to that order to the same extent as if the order were completed during the contractor's effective period, provided the contractor shall not be required to make any deliveries under this contractor after five (5) years from date of award, 52.216-22 Indefinite Delivery (OCT 1995). The following Justice Acquisition Regulation (JAR) clauses are applicable to this acquisition and can be obtained in full text at: http://www.usdoj.gov/jmd/pe/jharinet.htm: JAR clause 2852.20180 Contracting Officer's Technical Representative (COTR) (JAN 1985), shall be determined or supplied at time of award, JAR 2852-233-70 Protest Filed Directly with the Department of Justice (JAN 1998). The Government shall award to the offeror whose offer is most advantageous to the Government based on evaluation factors as previously stated.
 
Place of Performance
Address: FOB DESTINATION: SEE ATTACHED STATEMENT OF WORK (SOW), RFQ - 919089.
Country: USA
 
Record
SN00649388-W 20040825/040823211810 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.