Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2009 FBO #2718
SOLICITATION NOTICE

25 -- Retrofitting vehicles for the U.S. Marshals Service - Asset Forfeiture Division - SOW

Notice Date
5/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811121 — Automotive Body, Paint, and Interior Repair and Maintenance
 
Contracting Office
Department of Justice, United States Marshals Service, Asset Forefeiture Contracts Team, Asset Forfeiture Division, Suite 402, CS3, Washington, District of Columbia, 20530-1000, United States
 
ZIP Code
20530-1000
 
Solicitation Number
DJMS-09-Q-0030
 
Point of Contact
Gary Insley, Phone: 202-307-5009
 
E-Mail Address
gary.insley2@usdoj.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Pricing Schedule SF-1449 SOW 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ), solicitation number DJMS-09-Q-0030 in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-31, April 20, 2009. The North American Industrial Classification System (NAICS) number is 811121 and the business size standard is $7.0 million. This proposed firm fixed price acquisition is a 100% Total Small Business Set-Aside. All responsible sources may submit a quote, which if received timely, will be considered by the U.S. Marshals Service, Asset Forfeiture Division, CS-3, Suite 402, Washington, DC 20530-1000. The Government does not intend to pay for information provided under this synopsis. Delivery is to be made to the Ford Motor Company in two (2) phases. Phase one (1) will be delivered no later than June 30, 2009 and phase two (2) will be delivered no later than November 30, 2009. The following Federal Acquisition (FAR) clauses apply to this combined synopsis/solicitation and offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors-Commercial Items, addenda applies: The contractor shall submit their quote on company letterhead to include the following: solicitation number, the time specified in the solicitation for the receipt of offers, contact name, address, telephone number of the offeror, any discount terms, cage code, DUNS number, tax identification number, size of business, warranty information and a statement that your company is in compliance with the provisions at FAR 52.212-3 (ORCA) (http://orca.bpn.gov/publicsearch.aspx), Buy American Act-Balance of Payments Program Certificate, which must be signed and returned with the quotation. In addition, any acknowledgement of solicitation amendments must be included. In accordance with FAR 52.212-4, contractors must be registered with the Central Contractor Registration to conduct business with the Department of Justice. No contract can be awarded to any company without this registration which can be completed at www.ccr.gov. Quotes must be received by 4pm EST, Monday, May 11, 2009. Email quotes to gary.insley2@usdoj.gov and Jason.wojdylo@usdoj.gov. Offers received after this date and time will be considered late in accordance with FAR 52.212-1(f) and will not be evaluated. Please submit questions via e-mail to gary.insley2@usdoj.gov. The provisions at FAR 52.212-2, Evaluation – Commercial Items apply to this acquisition. The Government will award a contract resulting from this solicitation to the responsive responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: •The offeror shall certify it is an authorized Ford Motor Company ship-thru for the Ford Explorer SUV that is assembled at the Louisville, Kentucky Ford Motor Company Assembly Plant. •Where not an authorized ship-thru, the offeror shall demonstrate a savings associated with any added cost to deliver a retrofitted SUV for various points throughout the United States. A separate cost basis shall be provided to reflect delivery costs for non ship-thru firms. •The offeror shall supply a design configuration that demonstrates the identity and location of each component and corresponding systems necessary to make each function. Proximity to the driver, durability and ease of use shall be taken into consideration. Visual aids shall be provided and where internet print-outs are provided, the respective internet link shall be included. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be acceptable, and therefore will not be considered. The clause at FAR 52.212-4 (t), Contract Terms and Conditions – Commercial Items, with the following addenda, applies : Addendum to FAR 52.212-4(c) Changes. FAR 52.252-2 Clauses Incorporated by Reference: This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given full text. The full text of a clause may be accessed electronically at this address: www.arnet.gov 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (Apr 2009) 52.219-28 Post Award Small Business Program Representation (Apr 2009) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor – Cooperation with Authorities and Remedies (Feb 2008) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-50 Combating Trafficking in Persons (Feb 2009) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration (Oct 2003) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b9dfcf47adc5143a2659896169e9d9e6&tab=core&_cview=1)
 
Record
SN01807998-W 20090506/090504215918-b9dfcf47adc5143a2659896169e9d9e6 (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.