Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2008 FBO #2449
DOCUMENT

34 -- Request for Quote - Kevlar Panels - Reps/Certs

Notice Date
8/8/2008
 
Notice Type
Reps/Certs
 
NAICS
331111 — Iron and Steel Mills
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Contracts and Procurement, William J. Hughes Technical Center, Atlantic City International Airport, Atlantic City, New Jersey, 08405
 
ZIP Code
08405
 
Solicitation Number
HSTS07-08-Q-00082
 
Point of Contact
Doretta F. Chiarlone,, Phone: 609-813-3363
 
E-Mail Address
doretta.chiarlone@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined solicitation/synopsis for commercial items prepared in accordance with Federal Acquisition Regulations Subpart 12.6, 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 solicitation number is HSTS07-08-Q-00082, which is issued as a Request for Quotation (RFQ). This requirement is a total small business set aside acquisition. The North American Industry Classification Code (NAICS) is 33111. The Department of Homeland Security (DHS) has a requirement for 11” X 16” NIJ IIIA (NIJ 3A) Kevlar Panels with Black Condura Covers stitched closed with serial labels sewn onto covers. Two Kevlar Panels are required to be inserted in Pelican Case 1500 as follows: one on the top the inside lid and one of the bottom of the case. Kevlar acts as excellent filed expedient weapon clearing device. In addition, second panel prevents any accidental discharges. The estimated total requirement is approximately 700 panels. The price shall include all costs of transportation and delivery, inclusive of freight (do not provide a separate line item for freight). Offerors shall indicate how long after receipt of order it will take to deliver product (preferably 30 days or sooner after date of award). Delivery of panels: Department of Homeland Security, 200 West Parkway Drive, Suite 300, Egg Harbor Township, Egg Harbor, NJ 08234. The proposed contract will be for a one year requirement (no options). The solicitation incorporates one or more clauses by reference, with the same force and effect as if given in full text. Full text of a clause may be accessed electronically at www.arnet.gov/far. The following provisions in Federal Acquisition Regulation (FAR) apply to this acquisition. The provision at FAR 52.212-1, Instructions to Offers Commercial Items (June 2008) and the clause at FAR.52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007) apply to this acquisition. FAR 52.212-2, Evaluation-Commercial Items (JAN 1999) applies to this acquisition. Additional clauses applicable to this acquisition are listed later in this document. At a minimum, offerors proposals shall include the following sections: Qualification Statement, Past Performance references, and Price. The proposals will be evaluated using the factors as follows: (a) Technical Factors (1) Qualification Statement. Offeror shall confirm in writing that they meet all requirements set forth in this solicitation/synopsis. However, DHS reserves the right to visit proposed site(s) to verify that the range(s) meets minimum qualifications. (2) Past Performance History. The offerors proposal shall include a minimum of (2) past performance references for similar services the offeror has provided. One of these references must be a law enforcement entity. Verified/current points of contact shall be provided for each reference to allow the Government to speak with references about the nature and quality of service required. (b) Price Factors Offerors shall provide pricing to cover a (1) year requirement. Pricing should be proposed as unit of issue each. Contractor will be permitted to bill one time after all items are shipped complete.. All evaluation factors, when combined, are more important than price. The Government will award a contract resulting from this solicitation only if it can be determined that the responsible offerors quotation, conforming to the solicitation, will provide the most advantageous solution to the Government requirement, considering price and other factors. The Government reserves the right not to award a contract in response to this solicitation if it determines that none of the offers received provide the best value to the Government. In such a case, the Government will not be liable for any bid or proposal costs. Award may be made only to a contractor who has registered with the Central Contractor Registration prior to contract award. You can register at the CCR website: http/www.ccr.gov. To be eligible for award, offerors must provide a completed copy of the provision FAR 52.212-3, Offerors Representations and Certification - Commercial Item (June 2008). To obtain a copy, please email Contracting Officer Doretta.Chiarlone@dhs.gov. or utilize the attachment on this synopsis. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (June 2008) applies to this acquisition. The following clauses listed in 52.212-5 (b) and (c) are included by reference: 52.225-1 Buy American Act – Supplies (June 2003), 52.225-13 Restrictions on Certain Foreign Purchases,, 52.222-3, Convict Labor (June 2003); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008); 52.222-21, Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26, Equal Opportunity (Mar 2007); 52.222-35 Equal Opportunity for Special Disabled Veterans (Sep 2006); 52.222-36, Affirmative Action for Workers with Disabilities (JUNE 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans (Sep 2006), FAR 52.232-33, Payment by Electronic Funds Transfer, Central Contractor Registration (OCT 2003), FAR 52.232-38, Submission of Electronic Funds Transfer with offer (May 1999). Additionally, offerors are advised that the following clause will pertain to any contract award: Release of Information: The Contractor shall not disclose, advertise, or release information about this contract to any individual or organization without prior written approval from the Contracting Officer. The date and time for the submission of proposals is 3:00 PM, EST, August 22, 2008. Proposals shall be signed, shall reference the RFP Number HSTS07-08-Q-00082 and shall be sent to the attention of Doretta Chiarlone, DHS - Contracts & Procurements Branch, 200 West parkway Drive, Suite 300, Egg Harbor Township, NJ 08234. Proposals will be accepted via mail or fax provided they are received by the time and date established for receipt of proposals. Faxed proposals may be sent to Ms. Chiarlone at (609) 813-3394 or email Doretta.Chiarlone@dhs.gov. Any questions regarding this requirement may be submitted in writing to Ms. Chiarlone via the same fax number or email no later than AUGUST 15, 2008. Point of Contact Doretta Chiarlone, Contracting Officer, Phone 609-813-3363, Fax 609-813-3394, Email Doretta.Chiarlone@dhs.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6f84f039b259e3208d0682b49c89fad9&tab=core&_cview=1)
 
Document(s)
Reps/Certs
 
File Name: Reps/Certs to be filled out as part of solicitatioj/synopsis (repcerts june 2008.txt)
Link: https://www.fbo.gov//utils/view?id=0004acbd5de20ee6c4e5eaf296d1367a
Bytes: 48.09 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 200 West Parkway Drive, Suite 300, Egg Harbor Township, Non-U.S., 08234, United States
Zip Code: 08234
 
Record
SN01635652-W 20080810/080808223751-6f84f039b259e3208d0682b49c89fad9 (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.