Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2008 FBO #2445
DOCUMENT

25 -- Surveillance Vehicles (SUVs) - Instructions to Offerors

Notice Date
8/4/2008
 
Notice Type
Instructions to Offerors
 
NAICS
336211 — Motor Vehicle Body Manufacturing
 
Contracting Office
Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223
 
ZIP Code
20223
 
Solicitation Number
153859
 
Response Due
8/25/2008 12:00:00 PM
 
Archive Date
9/9/2008
 
Point of Contact
Kim Y Trang,, Phone: (202) 406-6940, Benjamin P Senker, Phone: (202) 406-6940
 
E-Mail Address
kim.trang@usss.dhs.gov, Benjamin.Senker@usss.dhs.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The reference number for this solicitation notice is 156126 and this solicitation is issued as a request for proposal. This requirement is unrestricted. The NAICS code is 336211 with a size standard of 1,000 employees. As a result of this solicitation, a firm fixed price contract will be awarded. The U.S. Secret Service intends to purchase two (2) each covert mobile surveillance vehicle. The vendor shall be responsible for purchasing two (2) commercial full size sport utility vehicles (SUVs) and converting it into a covert mobile surveillance vehicle which meets the requirements specified in the statement of work. The vendor shall be responsible for proposing a design of the covert surveillance vehicles based on the commercial SUV that the offeror proposes. The statement of work shall only be provided to offerors that pass phase I of the evaluation process as stated in the instructions and evaluation criteria below. Performance of this contract shall be limited to within a 300 mile radius from the Washington, D.C. metropolitan area. Hence, vendors are required to have installation and maintenance facilities within this geographic location. All interested vendors shall download Attachment 1 for instructions on submission of the proposal. The government reserves the right to eliminate any offeror from competition that fails to provide all the information requested in this solicitation. The government also reserves the right to seek further information from offerors as necessary. FOB: Point Destination to Washington, DC. The specific delivery address shall be provided to the contractor at time of award. Required Delivery: No later than 120 days after award. Inspection / Acceptance: the government shall inspect the vehicle at the contractor's location before delivery and acceptance. Any defects or deficiencies found shall be fixed by the contractor at no cost to the government. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. The following FAR provisions and clauses apply to this solicitation: 52.204-7 Central contractor registration (JUL 2006) 52.212-1 Instructions to Offerors-Commercial Items (SEP 2006) (See Attachment 1 for instructions); In accordance with FAR 52.212-2, technical factors, past performance, and price shall be evaluated in accordance with source selection procedures. An award shall be made to the offeror that proposes the best value to the government. 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2006) ALTERNATE I (APR 2002) ( The offeror shall complete the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications - Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer). 52.212-4 Contract Terms and Conditions-Commercial Items (SEP 2005); 3052.209-70 Prohibition on contracts with corporate expatriates. (JUN 2006) ; Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (NOV 2006), the following clauses apply and are incorporated by reference: 52.233-3 Protest after award 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 and Veterans of the Vietnam Era and Other Eligible Veterans, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and 52.203-6 Restrictions on subcontractor sales to the government, with alternate I; 52.219-8 Utilization of small business concerns USSS-70 "Unauthorized use of Secret Service Name" in accordance with 18 U.S.C. 709, In accordance with 18 U.S.C. 709, any contractor, except with the written permission of the Director of the U.S. Secret Service, who knowingly uses the words "Secret Service", "Secret Service Uniformed Division", "U.S.S.S.", "U.D." or any colorable imitation or such words or initials, in connection with or as a part of any advertisement, circular, book, pamphlet or other publication, play, motion picture, broadcast, telecast, other production, product or item, in a manner reasonably calculated to convey the impression that such advertisement, circular, book, pamphlet or other publication, product, or item, is approved, endorsed, or authorized by or by associated in any manner with, the U.S. Secret Service or the U.S. Secret Service Uniformed Division shall be punishable as follows: a corporation, partnership, business trust, association, or other business entity, by a fine under this title; an officer or member thereof participating or knowingly acquiescing in such violation or any individual violating this section, by a fine under this title or imprisonment for not more than one year, or both. These FAR Provisions and Clauses may be accessed via the world wide web at: http://www.arnet.gov/far/, www.dhs.gov. Telephone requests for copies of FAR Provisions and/or Clauses will not be accepted. All responses shall be submitted to Kim Trang via email to Kim.Trang@usss.dhs.gov. Any other type of submission of responses shall not be accepted. All offerors shall submit all the information requested in Attachment 1 for Instructions to Offerors. The government reserves the right to eliminate any offeror that does not follow the instructions and fails to provide all the information requested upon submission of their proposal. Responses to this solicitation for phase I are due no later than 1200 EST on 11 August 2008. Responses to this solicitation for phase II are due by no later than 1200 EST on 25 August 2008, 1200 hours EST. Offers shall be submitted to Kim Trang via email to Kim.Trang@usss.dhs.gov. Hard copy proposals or faxes will not be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ef0b6e824c7559a992fddfddbe6bdc92&tab=core&_cview=1)
 
Document(s)
Instructions to Offerors
 
File Name: Instructions to Offerors (Instructions_to_Offerors.doc)
Link: https://www.fbo.gov//utils/view?id=e7344decd72a6e630bf9ad4fac707941
Bytes: 49.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01630194-W 20080806/080804221557-ef0b6e824c7559a992fddfddbe6bdc92 (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.