Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2008 FBO #2468
SOLICITATION NOTICE

93 -- 93--Manufacture / Delivery of Tranparent Armor

Notice Date
8/27/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of Homeland Security, United States Secret Service (USSS), Procurement Division, PRO-PROCUREMENT DIV950 H STREET NWPROCUREMENTROOM 6700WASHINGTONDC20223
 
ZIP Code
20223
 
Solicitation Number
Ref-163222
 
Response Due
9/4/2008
 
Archive Date
10/4/2008
 
Point of Contact
Benjamin Senker 202.406.6940<br />
 
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 request for proposal for the required item under solicitation number 163222. A subsequent solicitation document will not be issued. The U.S. Secret Service (USSS) has a requirement for manufacture, installation and delivery of transparent armor in the quantities and specifications attached. Additionally, the vendor shall deliver, install the armor no later than 28 October 2008. The contractor shall remove and deliver to a USSS storage facility the excess pieces of armor not installed (approximately 9) within the Washington, DC area. The following list of clauses and provisions apply to this solicitation, and will apply to the resultant contract: FAR 52.204-7 Central Contractor Registration. (JUL 2006)FAR 52.212-1, Instructions to Offerors ? Commercial Items (SEP 2006)(The offeror's proposal shall contain sufficient evidence to indicate the technical capability to perform the requirements contained within the SOW. This may include discussion of manufacturing processes or other technical capabilites. The offeror shall provide a firm delivery date as well as installation schedule to complete the requirements within the SOW. Separate prices shall be provided for manufacture IAW SOW para. 4-8, delivery/install IAW SOW 10.1, and removal IAW SOW 10.2 costs. Additionally, three references shall be provided for relevant work performed within the past 3 years.) FAR 52.212-2, Evaluation ? Commercial Items (JAN 1999)(In accordance with FAR 52.212-2, all proposals will be evaluated based on (in descending order of importance): technical (including delivery), price, and past performance) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items ((NOV 2006) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (FEB 2007)FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (MAR 2007), the following clauses apply and are incorporated by reference within this clause:FAR 52.233-3, Protest After Award (AUG 1996)FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)FAR 52.222-3, Convict Labor, (JUN 2003)FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies (AUG 2007)FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999)FAR 52.222-26, Equal Opportunity (MAR 2007)FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998)FAR 52.225-1, Buy American Act - Supplies (JUN 2003)FAR 52.232-33, Payment by Electronics Funds Transfer - Central Contractor Registration (OCT 2003)HSAR 3052.209-70 Prohibition on contracts with corporate expatriates (JUN 2006) USSS-70, "Unauthorized use of Secret Service Name" 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. 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 certification 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, compete, 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. A copy of the offeror's completed record from ORCA shall be printed and submitted with the offer. These FAR Provisions and Clauses may be accessed via the World Wide Web at: http://www.arnet.gov/far/ or www.dhs.gov. Please Note: All responsible Offerors should submit proposal electronically to Benjamin Senker at benjamin.senker@usss.dhs.gov or to the U.S. Secret Service, Procurement Division (Suite 6700), Attn: Benjamin Senker, or via fax number (202) 406-6801, to be received no later than 4:00 PM EDT on 4 September 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c35f26e2acb6c72a475ca206dd8db9ff&tab=core&_cview=1)
 
Record
SN01652592-W 20080829/080827221036-cab9273cc876d72f80b82821928ed715 (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.