Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2010 FBO #3211
SOLICITATION NOTICE

99 -- SECURITY SYSTEM INSTALL - SOW

Notice Date
9/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Homeland Security, Office of the Chief Procurement Officer, Office of Procurement Operations, Federal Protective Service, 701 Market Street, Philadelphia, Pennsylvania, 19106, United States
 
ZIP Code
19106
 
Solicitation Number
HSHQC7-10-Q-00002
 
Archive Date
9/30/2010
 
Point of Contact
kreme t davis, Phone: 8176496220, Daryl Mcguire, Phone: 713-209-3211
 
E-Mail Address
kreme.davis@dhs.gov,
(kreme.davis@dhs.gov, ech)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ price list 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is HSHQC7-10-Q-00002, and is issued as a Request for Quotation (RFQ). The RFQ incorporates provisions and clauses as those in effect through Federal Acquisition Circular Number 2005-43. This solicitation is set-aside 100% for SMALL BUSINESS. The North American Industry Classification System (NAICS) code is561621. Size Standard: 11.5 mil employees. This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 12.6). Contract financing will NOT be provided for this acquisition. The Government reserves the right to not make an award at all. Quotations are being solicited and a Firm Fixed Price (FFP) type Purchase Order(s) is anticipated. This solicitation is for the purchase an installation of and Intrusion Detection System and Closed Circuit TV. Installation shall be complete within 20 days of receipt of a notice to commence work. Contractors shall submit a quote utilizing the provided quote sheet. All quoted materials must meet the minimum specification stated in the attached statement of work. The itemized price list shall be clear, concise, and in sufficient detail for effective evaluation. Quotes to include shipping charges (Fob destination pricing required) Delivery location for all equipment is: Federal Protective Service, Region 7 Attn: Kreme Davis 1901 HWY 360 Suite 500 Grand Prairie, TX 75050 The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial. FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers in the following relative order of importance: 1.Technical capability of the item offered to meet the Government requirement. 2. Price. The Government will evaluate the total price of the offer for the award purposes. All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications--Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. The clause at 52.212-4 Contract Terms and Condition-Commercial Items, applies to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUL 2010) are incorporated by reference, however, the following clauses apply; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, FAR 52.219-6 Notice of Total Small Business Aside, FAR52.219-8 Utilization of Small Business Concerns, FAR 52.219-14 Limitations on Subcontracting, FAR 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 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act, FAR 52.225-13 Restrictions on Certain Foreign Purchase Defense Priorities and Allocation System. Not applicable. By submission of a quote, offeror acknowledges the requirement that a prospective awardee must be registered in CCR prior to award, during performance, and through final payment of any contract resulting from this RFQ. Point of contact for this RFQ is Kreme Davis at (817) 649-6220. Quotes can be e-mailed to Kreme.davis@dhs.gov; faxed to (817)649-7227; or mailed to Federal Protective Service, ATTN: Kreme Davis, 1901 North Highway 360, Suite 500, Grand Prairie, TX 75050. Quotes are due not later than 12:00 PM, CST on September 15, 2010. All responsible sources may submit an offer, which shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b51a7afe0ba87ea64180c90d68783ce6)
 
Place of Performance
Address: 103 MBL Bank Dr, Minden, Louisiana, 71055, United States
Zip Code: 71055
 
Record
SN02270971-W 20100909/100908063318-b51a7afe0ba87ea64180c90d68783ce6 (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.