Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2010 FBO #3158
SOLICITATION NOTICE

R -- Critical Infrastructre Warning Information Network Need and Mission Assessment Study - CWIN Study

Notice Date
7/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-10-Q-00325
 
Archive Date
8/14/2010
 
Point of Contact
Iann T. Washington, Phone: 202-447-5736
 
E-Mail Address
iann.washington@dhs.gov
(iann.washington@dhs.gov)
 
Small Business Set-Aside
HUBZone
 
Description
This is a combined synopsis/solicitation for commercial services and/or supplies 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; quotes are being requested and a written solicitation will NOT be issued. The solicitation number for this requirement is HSHQDC-10-Q-00325 and is hereby issued as a Request for Quote (RFQ) using FAR Part 13, Simplified Acquisition Procedures. The Office of Procurement Operations requires the following service: Critical Infrastructure Warning Information Network Need and Mission Risk Assessment Study (SOW). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44 effective 8 July 2010. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far. The North American Industry Classification System code (NAICS) is 541611, with a Small Business Size Standard of $7.0 million. This requirement is being solicited as 100% HUBZONE set aside. The resultant purchase order will be firm fixed price. The Office of Procurement Operations (OPO) intends to award a firm fixed price purchase order as a result of this RFQ. The attached copy of the solicitation contains a complete description of the statement of work and applicable provisions and clauses. The government is seeking for new materials only. All responsible Businesses capable of meeting the requirements of the solicitation are encouraged to respond. Offerors may submit questions in writing by 22 July 2010 or earlier. The announcement will close on 30 July 2010 at 1:00 p.m. EST. Pre-bid inquiries shall be submitted to the Contract Specialist, Iann T. Washington via e-mail at email address: iann.washington@dhs.gov. Central Contractor Registration (CCR): Contractors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate the capability of the contractor to meet all specifications and requirements of the solicitation. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil or http://www.arnet.gov/far: FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.225-13 -¬Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era., and Other Eligible Veterans, FAR 52.222-41 Service Contract Act of 1965, as Amended (July 2005), 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Nov 2006), FAR 52.232-33 Payment By Electronic Funds Transfer--Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. In addition, FAR 52.219-28 Post-Award Small Business Program Rerepresentation is applicable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-10-Q-00325/listing.html)
 
Place of Performance
Address: Washington, DC Area, Washington, District of Columbia, 20528, United States
Zip Code: 20528
 
Record
SN02207963-W 20100718/100716234546-51067b250c1e25513a254bfacad0aff7 (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.