Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2009 FBO #2728
SOLICITATION NOTICE

39 -- Overhead Lift Device - Section B

Notice Date
5/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 20598, United States
 
ZIP Code
20598
 
Solicitation Number
HSTS04-09-Q-CT5024
 
Point of Contact
Sheila McCreery,, Phone: 571-227-1637
 
E-Mail Address
sheila.mccreery@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Section C Section B 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; quotations are being requested and a written solicitation will not be issued. The solicitation number for this Request for Quotation (RFQ) is HSTS04-09-Q-CT5024 using the procedures under FAR 13.5. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular No. 2005-26. This requirement will be a TOTAL SMALL BUSINESS SET ASIDE acquisition with a NAICS code of 333923 the size standard is 500 employees. The government contemplates awarding an indefinite delivery, indefinite quantity (IDIQ) contract with a base year and four options years for a Lift System in support of the TSA/Office of Security Technology at baggage screening locations throughout the United States. This Lift System shall be standard commercial design and technology incorporating the additional features and customization required by the specifications. See the attached statement of work for details of the requirement. Offerors are encouraged to complete item 17a on the attached SF 1449, Solicitation/Contract/Order for Commercial Items attached for address, cage code, and DUNS number. Offerors shall use the Attachment B, Schedule of Supplies and Services, to submit pricing. The proposed cost shall be all inclusive. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the Offerors shall so state and shall list the country of origin. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer or the following paragraph: (Begin Paragraph) The offeror has completed the annual representations and certifications 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 representations 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 and are incorporated in this offer by reference. The representations and certifications will be incorporated by reference in any resultant contract. Representations and Certifications may be obtained via the internet at URL: (BPN ORCA) Business Partner Network (BPN) Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Offerors shall comply with the following Solicitation Provisions and Contract Clauses included in the synopsis IAW FAR 52.104(d). FAR 52.212-1, Instructions to Offerors – Commercial. Addendum: The contractor shall provide descriptive literature which will demonstrate that the product offered meets all the requirements set forth in the statement of work. The descriptive literature furnished shall not solely consist of standard catalogs or brochures. The offeror shall provide pricing in accordance with the CLINs specified in the attached SF 1449, Schedule B. Offeror Representations and Certifications -- Commercial Items. Offerors should include a completed copy of the representations and certifications at FAR 52.212-3, FAR 52.216-18 Ordering. Such orders may be issued from IDIQ contract effective date thru the fourth option year, if exercised. Dates TBD upon contract award. FAR 52.216-19 Ordering Limitations. When the Government requires supplies or services covered by this contract in an amount of less than $2,500.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. The Contractor is not obligated to honor any order for a combination of items in excess of the contract ceiling. FAR 52.216-22 Indefinite Quantity. The contract shall govern the Contractor’s and Government’s rights and obligations with respect to that order to the same extent as if the order were completed during the contract’s effective period, provided, that the Contractor shall not be required to make any deliveries under this contract after the expiration of the fourth option year (including extension if so executed), if exercised. Dates to be determined upon contract award. FAR 52.217-9. Option to extend the term of the contract. The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. A full list FAR And HSAR Provisions and Clauses required by reference or in full text can be found in the RFQ. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/. Selection and award will be in accordance with the following: FAR 52.212-2 Evaluation Commercial Items (Jan 1999). Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) Miscellaneous Questions regarding this acquisition must be submitted in writing no later than 2 days after the posting date of this notice. Offers are due on May 28, 2009 at 4:00 PM EST. Offers shall be submitted to Sheila McCreery via e-mail or hand delivery at the following address: sheila.mccreery@dhs.gov or Transportation Security Administration, Office of Acquisition TSA 25, 601 S. 12th Street, Arlington, Va 22202. No faxed, mailed or overnight delivery offers will be considered.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS04-09-Q-CT5024/listing.html)
 
Place of Performance
Address: TBD in the Delivery Order, United States
 
Record
SN01817427-W 20090516/090514220457-405b799cfa08899d6e9dea3644e92903 (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.