Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2010 FBO #3199
MODIFICATION

58 -- Lightweight Chemical Detector

Notice Date
8/26/2010
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
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
RFQ243381
 
Point of Contact
Neil Clark Lanzendorf, Phone: 2024066657
 
E-Mail Address
Neil.Lanzendorf@associates.usss.dhs.gov
(Neil.Lanzendorf@associates.usss.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotes are being requested and a written solicitation will not be issued. Synopsis/solicitation number RFQ243381 is issued as a Request for Quote (RFQ) through Federal Acquisition Circular 05-37. This requirement is 100% set-aside for small business concerns. The delivery date is 30 days after receipt of order. The Government intends to award a competitive commercial purchase order for the US Secret Service. Potential offerors are hereby notified that the solicitation and subsequent amendments to the solicitation will only be available by downloading the documents at the Federal Business Opportunities Website at http://www.fbo.gov. This office will not issue hard copy solicitations. By submitting a quote, the vendor will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. This Solicitation is comprised of: I. CONTRACT LINE ITEM (CLIN) SPECIFICATIONS II. FORMAT AND SUBMISSION OF PROPOSAL III. EVALUATION FACTORS IV. PROVISIONS AND CLAUSES V. ADDITIONAL INFORMATION FOR OFFERORS ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ I. CONTRACT LINE ITEM (CLIN) SPECIFICATIONS CLIN 0001: Smiths Detection LCD 3.3 Lightweight Chemical Detector with all standard features and accessories OR EQUAL Part number: 15128 Quantity: 3 Delivery to: 245 Murray Lane, SW, Bldg T-5, Washington DC, 20223 ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ II. FORMAT AND SUBMISSION OF PROPOSAL Part A. Pricing and Availability - The offeror shall provide an FOB Destination "each" price for CLIN 0001, estimated delivery date after receipt of order, and a total order price. Part B. The Offeror shall provide: 1) Name, title, telephone number, fax number, and email address of the point of contact. 2) Nine-digit DUNS. The DUNS is used to verify that the vendor is in CCR. By submitting a proposal, the Offeror acknowledges the Government requirement to be in the Central Contractor Registration (CCR) database prior to award of any contract. Information about CCR may be found at www.ccr.gov. 3) Nine-digit TIN. The Taxpayer Identification Number is necessary for electronic payment. Part C. Documents If submitting quote for an "or equal" product, brochures and product literature inclusive of specifications allowing for a comparative analysis must be provided. The deadline for receipt of proposals is August 26, 2010 by 5:00 PM EST. All documents required for submission of quote must be sent to Clark Lanzendorf via email to Neil.Lanzendorf@associates.usss.dhs.gov. Hard copy or faxed proposals shall not be accepted. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ III. EVALUATION FACTORS The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price technically acceptable. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ IV. PROVISIONS AND CLAUSES FAR contract clauses may be accessed electronically at this address: Federal Acquisition Regulation (FAR): www.acquisition.gov/far FAR 52.204-7 Central Contractor Registration FAR 52.211-6 Brand name or equal FAR 52.212-1 Instructions to Offerors--Commercial Items FAR 52.212-2 Evaluation--Commercial Items. Award will be based on: (1) technical acceptability, (2) past performance, and (3) price. FAR 52.212-3 Offerors Representations and Certifications--Commercial Items FAR 52-212-4 Contract Terms and Conditions--Commercial Items FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items. Under (b) the following clauses are applicable: FAR 52.219-6 Notice of Total Small Business Set-Aside, 52.219-28, Post Award Small Business Program Rerepresentation, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies, FAR 222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.232-33 Payment by Electronic Funds Transfer - Other than Central Contractor Registration, 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. 52.225-4, Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate 3052.209-70 Prohibition on Contracts with Corporate Expatriates FAR 52.252-2 Clauses Incorporated by Reference HSAR contract clauses may be accessed electronically at this address: Homeland Security Acquisition Regulation (HSAR): http://www.dhs.gov/xopnbiz/regulations/ 3052.209-70 Prohibition on Contracts with Corporate Expatriates. 3052.204-90 Unauthorized Use of the U.S. Secret Service Name ~~~~~~~~~~~~~~~~~~~~~~~~~~~~ V. ADDITIONAL INFORMATION FOR OFFERORS Since this is a competitive requirement, please do not telephone with questions but email them. Questions regarding the solicitation must be emailed to Clark Lanzendorf via email to Neil.Lanzendorf@associates.usss.dhs.gov no later than August 24, 2010 by 1:00 PM EST. If you do not receive a confirmation response then your question was not received. The deadline for receipt of proposals is August 26, 2010 by 5:00 PM EST. All documents required for submission of quote must be sent to Neil.Lanzendorf@associates.usss.dhs.gov. Hard copy or faxed proposals shall not be accepted. Communications with other officials may compromise the competitiveness of this acquisition and result in cancellation of the requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/RFQ243381/listing.html)
 
Place of Performance
Address: 245 Murray Lane, SW, Building T-5, Washington, District of Columbia, 20223, United States
Zip Code: 20223
 
Record
SN02256440-W 20100828/100827000217-6b29dc2ffc836e7f05685215cef656f1 (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.