Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2012 FBO #3774
MODIFICATION

58 -- 1_Law Enforcement Equipment Updated CLIN0001 Model Number

Notice Date
3/23/2012
 
Notice Type
Modification/Amendment
 
NAICS
333314 — Optical Instrument and Lens 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
HSSS01-12-R-0026___(USSS_316906)
 
Archive Date
5/1/2012
 
Point of Contact
ERICKA LANDRY,
 
E-Mail Address
ERICKA.LANDRY@USSS.DHS.GOV
(ERICKA.LANDRY@USSS.DHS.GOV)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Amend 2: The updated model number for CLIN 0001 Night Vision Scopes, PVS-14 is F6015 SLG. Amend 1: (Rv. Para. 2 and 8) 1. This a combined synopsis/solicitation for Law Enforcement equipment 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; proposals are being requested and a written solicitation will not be issued. 2. Solicitation HSSS01-12-R-0026 is being issued as a Request for Proposal (RFP) as the USSS is seeking to award, multiple, Blanket Purchase Agreements (BPA). This notice and the incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) and the Homeland Security Federal Acquisition Regulation Supplement (HSARS). All responsible sources may submit a proposal. 3. This acquisition is associated with the North American Industry Classification System (NAICS) the code is 333314-optical instrument, with a small business size standard of 500 employees. a) Contractor shall provide a proposal for contract line item(s) for a four year period: Year 1: 04/2012 - 04/2013 Year 2: 04/2013 - 04/2014 Year 3: 04/2014 - 04/2015 Year 4: 04/2015 - 04/2016 Year 1, Law Enforcement Equipment a sub-clin shall be provided for each item offered. Year 2 Law Enforcement Equipment a sub-clin shall be provided for each item offered. Year 3 Law Enforcement Equipment a sub-clin shall be provided for each item offered. Year 4 Law Enforcement Equipment a sub-clin shall be provided for each item offered. See Attached Items Brand Name Or Equal Specifications For Detailed Requirement. The USSS requires new equipment; neither used nor refurbished/remanufactured items are acceptable. All items must be covered by the manufacturer's warranty. b) Sub-Contract Line Items: Targets/Sights/Scopes/Mounts: CLIN 0001: Night Vision Scopes PVS-14 #F6015-SLG - Black CLIN 0002: Laser Designator #An/PEQ-15 - Black CLIN 0003: Dual Button Remote (Jaw Mount) Switch #RMT-400-A7 - Black CLIN 0004: LED Flashlights #M3x-700-A1-LED w/1913 slide lock CLIN 0005: Aimpoint Mount p/n #98073 CLIN 0006: Aimpoint CompM3 p/n #11408 c) Delivery: Washington, DC. d) FOB: Destination, unless specified differently in the award the supplier is responsible for inspection and quality control requirements. e) Technology Refresh. Any Item ordered throughout the period of performance off any BPA awarded from this solicitation shall be delivered with the latest technology. Therefore should an item become obsolete or dated, then that replacement shall be made available to the government. In addition, the vendor shall notify the government of any item to be updated or replaced as well as supply both the old and new item part numbers. 4. FAR Clauses 52.212-1 through 52.212-5 apply to this procurement. Proposals will be evaluated under the provisions of FAR Part 12, 52.212-2 Commercial Items-see modified provision, and FAR 15, Contracting by Negotiation. The responsible offerors must be registered in the Online Representations and Certifications (ORCA) database (available at: http://orca.bpn.gov/) system per FAR 52.212-3, and submit a completed copy of the Offeror Representations and Certifications - Commercial Items with their quote. Offerors must also be registered in the Central Contractor Registration database (available at: www.ccr.gov) per FAR 52.212-1. Lack of registration in CCR will qualify contractor as ineligible for award. For the exact text and wording of clauses and provisions please see http://farsite.hill.af.mil. The Government contemplates award of multiple Firm-Fixed Priced Blanket Purchase Agreements (BPA) resulting from this solicitation. 5. Quote Deadline. Offers are due Monday, April 16, 2012 10:00 a.m. Eastern Standard Time (EST). Questions are due Tuesday, April 10, 2012 10:00 a.m. Eastern Standard Time (EST). Inquiries submitted via telephone calls will be re-directed to an e-mail submission. Submit offers or any questions to Ms. Ericka Landry, ericka.landry@usss.dhs.gov and copy Mr. Charles Keeney via email: Charles.Keeney@usss.dhs.gov. Offerors who fail to complete and submit offers in accordance with the requirements above may be considered non-responsive. 6. Contact the following individual for information regarding this solicitation: Ericka Landry Contracting Specialist Ericka.Landry@usss.dhs.gov *E-mailed proposals are preferred; however, Facsimile proposals maybe accepted - Contact Contract Specialist for prior approval. 7. Delivery of Offeror Sample(s): All deliverable contract items shall be packaged in accordance with established commercial practices and provide for damage-free shipment to destination. Only original labels that are completely labeled are acceptable; obliterated, damaged, or missing labels are not acceptable. The contractor shall provide all packing materials, equipment, transportation equipment, and labor for offered samples. Sample product(s) for the proposed/offered equivalent(s) must be provided and clearly marked with the equivalent specifications and brand name equivalent. The equivalent must be received and post marked no later than Monday, April 2, 2012 to be considered responsive. The Shipper/deliverer and tracking information must be submitted via e-mail to Ericka Landry with Charles Keeney copied or faxed with the attention to Ericka Landry 202-406-6801. Delivery Instructions for the Sample Offered equivalent(s), all boxes shall list the address of the final destination labeled on the package as followed: COMMUNICATION CENTER (SOD) ATTN: BRIAN SWAIN, 245 Murray Lane, SW, Building T-5 Washington, DC 20223. For those packages with dimensions of 24" w X 32" h and 70 pounds or larger an inspection is mandatory; therefore, a two-part delivery is required, the first destination address follows while the final destination address is listed above: FPS Vehicle Inspection Facility 12th & C Street, SW Washington, DC 20224 FPS hours of operation are 5am to 5pm Monday thru Friday, phone: 202-345-7798. 8. Number of Contracts to be awarded. The USSS intends to award multiple BPA's against this announcement; however, reserves the right to award a single BPA or not award at all, as it is dependent upon the quality of the proposals submitted and availability of funds. 9. Rejection of Unrealistic Offers. The Government may reject any proposal/quote that is evaluated to be unrealistic in terms of program commitments, including contract terms and conditions, or unrealistically high or low in cost/price when compared to Government estimates, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program. 10. The requirement for the listed law enforcement equipment shall be in accordance with all applicable federal regulations as this requirement is subject to the Buy American Act as well as the Trade Agreement Acts. 12. Inspection and acceptance of the supplies and deliverables to be furnished, once the BPA's are established, shall be performed by the Contracting Officer's Technical Representative (COTR). The Contracting Officer or the COTR may inspect any aspect of performance under this contract at any time. Government inspection and acceptance for all contractual items listed herein will be at destination by the designated COTR. The contractor will be paid for supplies/items provided based on government receipt and acceptance. Acceptance shall be made at destination. Attachments: Provisions and Clauses Technical Specifications Pricing Spreadsheet
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/HSSS01-12-R-0026___(USSS_316906)/listing.html)
 
Place of Performance
Address: District of Columbia, United States
 
Record
SN02704272-W 20120325/120323234753-c5f427dd67b45e3751bc1ed142c12a50 (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.