Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2005 FBO #1273
SOLICITATION NOTICE

42 -- Safety and Rescue equipment offered by CMC Rescue as described in this RFQ

Notice Date
5/20/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
PRO-PROCUREMENT DIV 950 H STREET NW PROCUREMENT ROOM 6700 WASHINGTON DC 20223 US
 
ZIP Code
00000
 
Solicitation Number
HSSS01-05-Q-0011
 
Response Due
6/1/2005
 
Archive Date
7/1/2005
 
Small Business Set-Aside
Total Small Business
 
Description
Please find below the Request for Quote (RFQ) HSSS01-05-Q-0011 for the safety and rescue equipment offered by CMC Rescue as described below. This requirement is a small business set aside based on our market research that at least two small businesses can meet our requirements. Please respond to this RFQ announcement. 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 that will be issued for the requirements set forth below; quotations are being requested to be delivered not later than 5:00 PM on Wednesday, June 1, 2005. The NAICS code is 922160 and the small business size standard is 100 employees. The United States Secret Service (USSS) has a requirement for the following safety and rescue equipment offered by CMC Rescue through its website: CLIN 0001 Confined Space Rescue Team Package ? Complete, CMC Rescue Catalog number 501302, USSS Quantity required: 2; CLIN 0002 Rescue Tactical Escape Package, CMC Rescue Catalog number 500505, USSS Quantity required: 40; CLIN 0003 Personal Tactical Rappel Kit, CMC Rescue Catalog number 500501, USSS Quantity required: 40; CLIN 0004 Rope Rescue Team Package, CMC Rescue Catalog number 501105, USSS Quantity required: 2; CLIN 0005 USAR Team Package, CMC Rescue Catalog number 500601, USSS Quantity required: 2; CLIN 0006 Rope Rescue System - Pac Package, CMC Rescue Catalog number 501101, USSS Quantity required: 2; CLIN 0007 Main Line M/A Pre-Rig Package, Simple 4:1, CMC Rescue Catalog number 501102, USSS Quantity required: 2; CLIN 0008 Piggy Back M/A Pre-Rig Kit, Simple 4:1, CMC Rescue Catalog number 501103, USSS Quantity required: 2; CL IN 0009 Rescuer Personal Package, CMC Rescue Catalog number 501107, USSS Quantity required: 40. The Contractor shall deliver the complete quantity, FOB Destination, with all freight included in the delivered price or quoted as CLIN 0010 Freight, within sixty (60) days of contract/order award. Delivery instructions to the attention of the U. S. Secret Service; Landover, Maryland 20785 will be provided in the resultant contract/order. All quotations must include a unit price for each CLIN item enumerated above and in the solicitation. The following FAR Provisions and Clauses are applicable unless otherwise noted: 52.204-7, Central Contractor Registration; 52.212-3, Offeror Representations and Certifications ? Commercial Items; 52.212-4, Contract Terms and Conditions ? Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items. The following clauses cited in 52.212-5 are applicable: 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; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-3, Buy American Act ? Free Trade Agreement ? Israeli Trade Act, Alternate I; 52.225-13, Restriction on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. FAR Clause in full text: 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) (a) The Government will award one contract for all CLIN items resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical capability of the item offered to meet the Government requirements (The Offeror shall offer the CMC Rescue packages identified above); and (2) Price Technical, when combined, is equal to cost or price. [FAR 15.304] (b) Options. No option items are being requested. The Government will evaluate offers for award purposes by adding the total price for all proposed items including adding the total price of any proposed options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if option items are proposed and the prices are significantly unbalanced and if the offeror proposes another safety and rescue package than the ones being solicited. Evaluation of the offerors including any options shall not obligate the Government to award a contract or exercise option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) These FAR Provisions and Clauses may be accessed via the World Wide Web at: http://www.arnet.gov/far/. The following HSAR and USSS Clauses are applicable unless otherwise noted: 3052.209-70, Prohibition on Contracts with Corporate Expatriates; and USSS70, Unauthorized Use of the U.S. Secret Service Name. Telephone requests for copies of these Provisions and/or Clauses will not be accepted. Quotations (offers) must contain the following: 1) Unit Pricing and Extended Pricing for Each CLIN Item; 2) Completed and Signed Copy of FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items; 3) the supporting evaluation documentation required by FAR Clause 52.212-2 -- Evaluation -- Commercial Items (Jan 1999), paragraph (a) and 4) the offerors (i.e., Company?s) DUNS Number; and TAX Identification Number. Please note: The resultant contract will be FOB Destination, which is Landover MD. All responsible offerors shall forward the quotation package via facsimile, (202) 406-6801, to the attention of David J. Dawson, or via e.Mail to: David.Dawson@usss.dhs.gov, no later than 5:00 PM on June 1, 2005. The Government anticipates an award date on or about 15 June 2005. The Government will not be responsible for any costs associated with the preparation of responses to this announcement.
 
Place of Performance
Address: TECHNICAL SECURITY DIVISION 843 BRIGHTSEAT ROAD ATTN - TECHNICAL SECURITY DIVISION LANDOVER MD 20785 US
Zip Code: 20785
Country: US
 
Record
SN00811665-W 20050522/050520211550 (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.