SOLICITATION NOTICE
J -- Barrier Preventive Maintenance Service for Washington, DC Location - Statement of Work
- Notice Date
- 5/28/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- 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
- 227909
- Archive Date
- 6/4/2010
- Point of Contact
- Michael B Velez, Phone: 202-406-6940
- E-Mail Address
-
mvelez@usss.treas.gov
(mvelez@usss.treas.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work 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. Solicitation Number 227909 is issued as a Request for Quotations (RFQ) through Federal Acquisition Circular 2005-41. This action is unrestricted. The NAICS code is 811310 and the small business size standard is $7.0 million. See the attached Statement of Work. The p eriod of performance for the base period shall be from the date of the award through one year thereafter followed by two one-year option periods. The Government intends to award a firm fixed-price contract. Line Item 0001: Base Period. Line Item 0002: Option Period One. Line Item 0003: Option Period Two. All quotations shall include a firm fixed-price for each line item, as well as, a total firm fixed-price. The following FAR Provisions and Clauses are applicable unless otherwise noted: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-2, Evaluation - Commercial Items; 52.212-2 Paragraph (a) insert: "The Government intends to award a firm fixed-price contract to the offeror, whose quotation, conforming to the Solicitation as provided herein, is the lowest-priced technically acceptable".; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items. The following clauses cited in 52.212-5 are applicable: 52.222-50, Combating Trafficking in Persons; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor ; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities ; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires.; 52.204-7, Central Contractor Registration; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference. These FAR Provisions and Clauses may be accessed via the world wide web at https://www.acquisition.gov/. The following HSAR Clauses are applicable unless otherwise noted: 3052.204-71, Contractor Employee Access; 3052.209-70, Prohibition on Contracts with Corporate Expatriates. These HSAR Clauses may be accessed via the world wide web at http://www.dhs.gov/xopnbiz/regulations/. The following U.S. Secret Service Clause is applicable unless otherwise noted: Unauthorized Use of the U.S. Secret Service Name. Requests for copies of the provisions and/or clauses will not be accepted. Quotations must contain the following: 1) A firm fixed-price for each line item, as well as, a total firm fixed-price; 2) Name of company, point of contact, telephone number, fax number, and e-mail address; 3) Past performance references for the same or similar work within the last five years including the n ame of Government Agency/Company Client, two (2) individual points of contact and telephone number(s), address of client, contract/order number and dollar amount, description of services provided; and period of performance ; 4) Company business size and status; 5) Company tax identification number; 6) Company DUNS number; and 7) Company purchase order address. Please note: All offerors shall forward their quotations via e-mail to the attention of Michael Velez at michael.velez@usss.dhs.gov. Quotations must be received no later than 3:00 pm, local time, Thursday, June 3, 2010. Please note: An award is anticipated within seven (7) days of receipt of quotations.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/227909/listing.html)
- Place of Performance
- Address: Washington, District of Columbia, 20005, United States
- Zip Code: 20005
- Zip Code: 20005
- Record
- SN02163963-W 20100530/100528235902-486eddbf5871ea608d751e9692ecec4a (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 |