Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2008 FBO #2310
SOLICITATION NOTICE

85 -- Combined Synopsis/Solicitation for installation and servicing of safety and sanitation facilities at Hope - Environmental Health and Safety Services Site in Hope, AR

Notice Date
3/22/2008
 
Notice Type
Solicitation Notice
 
NAICS
326191 — Plastics Plumbing Fixture Manufacturing
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Logistics Section, 500 C Street SW Patriots Plaza -- 5th Floor, Washington, DC, 20472, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSFEHQ-08-Q-0066
 
Response Due
4/3/2008
 
Archive Date
4/18/2008
 
Point of Contact
Kelly Lynch III, Contract Specialist, Phone 202.646.4677, Fax 202.646.1765, - Kelly Lynch III, Contract Specialist, Phone 202.646.4677, Fax 202.646.1765
 
E-Mail Address
kelly.lynch@dhs.gov, kelly.lynch@dhs.gov
 
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; offers are being requested and a written solicitation will not be issued. HSFEHQ-08-Q-0066, issued as a Request for Quotation (RFQ), is for the installation and servicing of portable toilets at the Department of Homeland Security, Federal Emergency Management Agency, Environmental Health and Safety Services site located in Hope, Arkansas. The requirement consist of sanitation washing station services including, but not limited to: Portable Toilet Services, Emergency Eye Wash Stations, Hand Washing Stations and Sewage Holding Tank Emptying. Facility personnel consist of both males and females, which must be accounted for (please see attached Statement of Work). The solicitation document and incorporated provisions and clauses are those in effect thru Federal Acquisition Circular 2005-24, dated 02/28/2008. This procurement is a small business set aside. The NAICS code is 326191, small business size standard 500 or less employees. It is anticipated that only one award will result from this solicitation, via the issuance of a firm-fixed-price simplified acquisition/commercial item purchase order or a delivery order issued against a GSA Schedule contract (w/one base year and four (1) year option period). The Government anticipates the resultant award to be an Open Market purchase order or a GSA Schedule delivery order or a combination of GSA Schedule item pricing and Open Market pricing. If GSA Schedule pricing is being proposed, the offeror shall provide the GSA Schedule Contract number and its expiration date. If both GSA Schedule pricing and Open Market pricing are being proposed, the offeror shall designate which items are GSA Schedule pricing and which items are Open Market pricing. Please include all applicable GSA discounts in your offer. Quotes are to be delivered to Federal Emergency Management Agency, Office of the Chief Procurement Officer, 500 C Street, S.W., PP 5th Floor, Washington, DC 20472. FOB destination pricing is requested. The Government desires delivery within 30 days (or sooner) after receipt of order. The agency Contracting Officer has approved this acquisition for award to one vendor. BASIS FOR AWARD: The Government will make award to the responsible/responsive offeror whose offer will be most advantageous to the Government based on lowest price/technically acceptable factors. In order to be found technically acceptable, the offeror must be capable of providing the products as specified and within the specified delivery time. The requirements detailed in this solicitation shall be used as criteria to evaluate offerors. The provision at FAR 52.212-1 "Instructions to Offerors--Commercial" applies to this acquisition, if the offeror is proposing open market pricing. Also, if open market pricing is being provided, offerors are to include a completed copy of FAR provision 52.212-3 "Offeror Representations and Certifications--Commercial Items" with their response or provide this information via the ORCA website, http://orca.bpn.gov. The following FAR clauses also apply to open market pricing: 52.212-4 "Contract Terms and Conditions--Commercial Items and 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items," with the following clauses cited in 52.212-5 being applicable to this acquisition: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33. Applicable clauses incorporated by reference are: 52.204-7, 52.212-4, 52.232-1, 52.232.23, 52.232-25, and 52.243-1. HSAR clause 3052.209-70 Prohibition on Contracts with Corporate Expatriates also applies to this award. The aforementioned FAR provisions and clauses can be accessed electronically at http://www.arnet.gov/far and HSAR provisions and clauses may be accessed electronically at http://www.dhs.gov//interwebassetlibrary/DHS_HSAR_With_Notice_04-01.pdf. A written notice of award or acceptance of proposal, mailed or otherwise furnished to the successful offeror shall result in a binding contract without further action by either party. Written responses to this RFQ are due by 4:00 PM/EST, 04-03-2008 and may be emailed to Kelly.Lynch@dhs.gov. Mailed responses shall be addressed to Federal Emergency Management Agency, Office of the Chief Procurement Officer, ATTN: Kelly Lynch, 500 C Street, S.W., PP 5th Floor, Washington, DC 20472. Emailed responses are preferred. Offerors are reminded that award can only be made to a Contractor who is registered in the Central Contractor Registration (CCR) database. Technical and/or administrative questions must be emailed to Kelly.Lynch@dhs.gov and received no later than 12:00 PM/EST, 03-28-2008. Amendments to this RFQ will be published in the same manner as the initial synopsis/solicitation.
 
Place of Performance
Address: Hope - Environmental Health and Safety Services Site, 3910 Highway 278 West, Hope, AR 71801
Zip Code: 71801
Country: UNITED STATES
 
Record
SN01539388-W 20080324/080322223255 (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  © 1994-2020, Loren Data Corp.