Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2010 FBO #3204
MODIFICATION

84 -- This requirement is to provide the Protective Security Advisors (PSAs) with a professional outer jacket, as well as polo style knit shirts that shall easily identify them as DHS Protective Security Advisors.

Notice Date
8/31/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
245 Murray Lane, SW, Washington, DC 20528
 
ZIP Code
20528
 
Solicitation Number
RNPS-10-00056
 
Response Due
9/3/2010
 
Archive Date
3/2/2011
 
Point of Contact
Name: Sharon Ofunfiditmi, Title: Contract Specialist, Phone: 202-447-5560, Fax:
 
E-Mail Address
sharon.ogunfiditimi@hq.dhs.gov;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is RNPS-10-00056 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 448190 with a small business size standard of $7.00M. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-09-03 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The DHS Office of Procurement Operations requires the following items, Purchase Description Determined by Line Item, to the following: LI 001, Personal Polo Shirt. A lightweight 5.11 tactical collared polo styled short-sleeve shirts. Shirt shall bemoisture-wicking interlock pre-shrunk 100% cotton dark navy in colorranging in sizes from L to 4XLQuantity of shirts: 465 Markings. The shirt shall have a 2 inches (in) DHS Eagle logo embroidery on the left front panel. There should be two to three lines of text on the right front panel printed in grey or white no larger than 1 (in) x 3(in). The right panel shall consist or two to three lines of text stitched in grey or white. Line one shall contain first initial and last name bolded and centered on top of lines two or three. Line two or three shall be stitched with Protective Security Advisor. An American flag shall be embroidered on the left shoulder. Examples:(Two Lines of Text) S. NameProtective Security Advisor (Three Lines of Text) S. NameProtective Security Advisor, 465, EA; LI 002, Personal Polo Shirt. A lightweight 5.11 tactical collared polo styled short-sleeve shirts. Shirt shall be � moisture-wicking interlock pre-shrunk 100% cotton � dark navy in color � ranging in sizes from L to 4XL � Quantity of shirts: 465 Markings. The shirt shall have a 2 inches (in) DHS Eagle logo embroidery on the left front panel. There should be two to three lines of text on the right front panel printed in grey or white no larger than 1 �(in) x 3(in). The right panel shall consist or two to three lines of text stitched in grey or white. Line one shall contain first initial and last name bolded and centered on top of lines two or three. Line two or three shall be stitched with Protective Security Advisor. An American flag shall be embroidered on the left shoulder. Examples: (Two Lines of Text) S. Name Protective Security Advisor (Three Lines of Text) S. Name Protective Security Advisor, 145, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Office of Procurement Operations intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Office of Procurement Operations is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/RNPS-10-00056/listing.html)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02261923-W 20100902/100831235628-d495a775b007b4bc889abd2027d4fc9d (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.