Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2010 FBO #3218
SOLICITATION NOTICE

54 -- Barricade Blanket Purchase Agreement - Statement of Objectives

Notice Date
9/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product 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
RFQ249890
 
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
N/A
 
Description
All work shall be accomplished within the attached Statement of Objectives (SOO) 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 RFQ249890 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 Government intends to award a competitive Blanket Purchase Agreement (BPA) 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 VI. ATTACHMENTS ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ I. CONTRACT LINE ITEM (CLIN) SPECIFICATIONS CLIN 0001: The contractor shall provide, install and remove bike rack barricades. Bike rack barricades must be made of galvanized steel, connectable, "twist" interlocking and approximately 43" tall, 6'6" long with a flat base. INSTALLATION: Bike rack barriers must be delivered and installed by the vendor at one time in accordance with the USSS prioritized plan. The contractor shall develop and coordinate a detailed plan of action for the required services. The plan shall include detailed plan maps of every location. Contractor submitted plans will be required after award and will be required at least ten (10) days before the scheduled event. REMOVAL: Bike rack barricades must be removed, in full, by the vendor at a date to be determined. CLIN002: 24 hour response crew with one (1) hour response time to reposition or install additional bike racks during the contract period. Truck drivers, back up drivers, and laborers will be the responsibility of the vendor to allow for all possible contingencies. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ II. FORMAT AND SUBMISSION OF PROPOSAL Part A: Pricing Part B: General Business Information/Representations and Certifications Part C: Technical Proposal Part A. Pricing and Availability -. The offeror must submit unit and total prices for all CLINS (0001-0002). CLIN0001 pricing should reflect the specifications of the offered barricade, the unit price for the rental, setup and removal of one (1) bike rack barricade. CLIN0002 pricing shall be a fixed rate for standby services for one (1) 24 hour period. 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. 4) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. If you have completed the annual representations and certifications electronically through ORCA at http://orca.bpn.gov, then provide a statement as such and it will be verified. Part C. Documents - The offeror must submit a document outlining the companies capabilities. Capabilities include a contingency plan for emergency modification of barricade setup, as well as staffing and equipment availability. The deadline for receipt of proposals is September 21, 2010 at 5:00 PM EST. All documents required for submission of quote must be sent 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 firm fixed price Blanket Purchase Agreement to the firm which provides 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 52.212-1 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 The estimated Not To Exceed (NTE) amount for the base period is $50,000. The first event will take place October 8 through 11, 2010 in Washington DC. More detailed information will be provided upon award of the Blanket Purchase Agreement. 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. If you do not receive a confirmation response then your question was not received. The deadline for receipt of proposals is September 21, 2010 at 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. All work shall be accomplished in accordance with the attached Statement of Obectives (SOO) Communications with other officials may compromise the competitiveness of this acquisition and result in cancellation of the requirement. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ VI. ATTACHMENTS 1. Statement of Objectives
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/RFQ249890/listing.html)
 
Record
SN02280839-W 20100916/100914235604-6425565b293b73cf9a6bea332b8ff5e8 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.