Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2008 FBO #2552
DOCUMENT

13 -- USSS Maintenance/Repair of Bullet Trap Conveyor - Indoor Firing Range - SOW - 166354- Pricing - Non-Disclosure Agreement - Contractor Access Form

Notice Date
11/19/2008
 
Notice Type
Contractor Access Form
 
NAICS
333922 — Conveyor and Conveying Equipment 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
166354
 
Archive Date
12/25/2008
 
Point of Contact
Danielle M. Donaldson,, Phone: (202) 406-6812
 
E-Mail Address
danielle.donaldson@usss.dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
<h4>Description</h4> This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number 166354 is issued as a Request for Quotation (RFQ) through Federal Acquisition Circular 05-27. The NAICS code is 333922 and the small business size standard is 500 employees. This requirement is Small Business set-aside competed requirement. Award will be made for base year and four (4) one-year options. Offerors other than small businesses will not be considered. Contractor personnel proposed to work under this contract shall be U.S. citizens (green cards not accepted) and non-felons. A site visit will be held on Wednesday, December 3, 2008 at 9:00 AM (EST) in Laurel, MD. To participate in the solicitation eligible firms must be registered as a small business in Central Contractor Registration (CCR). Firms interested in attending the site visit must (1) submit proof of CCR Registration, i.e. provide Dun & Bradstreet Number (DUNS), (2) complete a non-disclosure agreement (Agreement) for individual(s) to attend the site visit (Attached), and (3) complete the contractor access form (Attached). Eligible firms shall forward (1) their DUNS, (2) the completed Agreement and (3) the completed access form for each person attending the site visit to the Procurement Division (PRO), Attn: Danielle Donaldson via e-mail Danielle.Donaldson@usss.dhs.gov or fax 202-406-6801 no later than Tuesday, November 25, 2008 at 11:00am (EST). Please call (202) 406-6812 to confirm receipt by PRO if no response is received within one hour of email transmittal. To participate in the site visit, each individual must complete a contractor access form; individuals who have not completed an Agreement prior to the site visit will not be allowed access. Firms are responsible for all costs associated with the site visit. This Solicitation is compromised of: I. FORMAT AND SUBMISSION OF QUOTE II. EVALUATION FACTORS III. CONTRACT CLAUSES ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ I. FORMAT AND SUBMISSION OF QUOTE Part A. Pricing - Please fill out the attached Pricing sheet. Part B. Contractor Information 1. Provide the name, title, telephone number, fax number and email address of the point of contact. 2. Provide the nine-digit DUNS and the nine-digit TIN. DUNS is used to verify that the vendor is in CCR. The Taxpayer Identification Number is necessary for electronic payment. By submitting a proposal, the Offeror acknowledges the Government requirement to be in the Central Contractor Registration (CCR) database prior to award of any contract. Information about CCR may be found at www.ccr.gov. 3. Provide two references for similar work within the past five years. Please provide company name, point of contact, address, email address, phone number and fax number. Government Past Performance preferred but not a requirement. Part C. Technical Capability The RFQ is due Wednesday, December 10, 2008 at 11:00 am (EST). The page limit is 25 pages. Do not include Part A- Pricing or Part B - Contractor Information in the Part C Technical Capability. Technical Capabilities shall address all requirements listed in the Statement of Work (Attached). Submit Parts A, B and C to Danielle Donaldson via email or fax only. Submitting via email is preferred. Your entire email must not be greater than 3 MB; if your quote is above that limit, please send multiple emails. Faxed Parts A, B and C will be accepted. Please send an email so I know you are faxing your information. Please put 166354 - Bullet Trap Conveyor Maintenance in the subject line. All quotes will receive a confirmation email; if you do not receive a confirmation then your quote has not been received. Late quotes will not be accepted. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ II. EVALUATION FACTORS The Government will award a contract 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. An award may be made to other than the lowest-price proposal received. The following factors shall be used to evaluate offers: (1) Technical capability statement demonstrating the capability to perform the work; (2) Price and (3) Past Performance. The Government intends to award a firm fixed price contract to the responsible offeror with acceptable past performance, whose proposal, conforming to the solicitation as provided herein, is lowest in price. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ III. CONTRACT CLAUSES FAR 52.204-7 Central Contractor Registration 52.212-1 Instructions to Offerors-Commercial Items 52.212-2 Evaluation-Commercial Items. 52.212-3 Offerors 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-Commerical Items 52.217-5 Evaluation of Options 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Terms of the Contract 52.252-2 Clause Incorporated by Reference 52.245-11 Government Property (Facilities Use) 3052.209-70 Prohibition on Contracts with Corporate Expatriates 3052.204-90 Unauthorized Use of the U.S. Secret Service Name
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1f912b3a44e27e5d5acb05d271ba6a1b&tab=core&_cview=1)
 
Document(s)
Contractor Access Form
 
File Name: Statement of Work (SOW.pdf)
Link: https://www.fbo.gov//utils/view?id=74131549d2f9b06f131452eb61e22e7a
Bytes: 78.91 Kb
 
File Name: Pricing Document (166354 - Pricing.xls)
Link: https://www.fbo.gov//utils/view?id=1deedc0a6fe4ee05a47d54f0313841da
Bytes: 19.00 Kb
 
File Name: Non-Disclosure Agreement (Non-Disclosure Agreement.pdf)
Link: https://www.fbo.gov//utils/view?id=6d4d623f9cbc17addf7e7a398ce3695d
Bytes: 91.04 Kb
 
File Name: Contractor Access Form (Contractor Access Form.pdf)
Link: https://www.fbo.gov//utils/view?id=dfc4c8126e60dbda6de47a37a000a214
Bytes: 58.07 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: Department of Homeland Security, United States Secret Service (USSS), COMMUNICATIONS CENTER (PRO), ATTN: DANIELLE DONALDSON, 245 MURRAY LANE SW BLDG T-5, Washington, District of Columbia, 20223, United States
Zip Code: 20223
 
Record
SN01707534-W 20081121/081119220055-1f912b3a44e27e5d5acb05d271ba6a1b (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.