Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 30, 2010 FBO #3109
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
 
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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.