Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2012 FBO #3799
SOLICITATION NOTICE

59 -- Automatic Mobile Antenna - HSSS01-12-Q-0088 SF18

Notice Date
4/17/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment 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-Q-0088
 
Archive Date
5/9/2012
 
Point of Contact
Andrew J. Baker, Phone: 2024066830
 
E-Mail Address
andrew.j.baker@usss.dhs.gov
(andrew.j.baker@usss.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
HSSS01-12-Q-0088 SF18 COMMERCIAL ITEM COMBINED SYNOPSIS/SOLICITATION 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, and its attachments, constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. SF18 has been generated merely to provide applicable information in a coherent format and is not, in and of itself, a written solicitation. This is a simplified acquisition under Part 13 issued in the open market for a brand name or equal solution. Provision 52.211-6, Brand Name or Equal is applicable. This solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-56, effective April 2, 2012. This solicitation is reserved for small business concerns with the NAICS code 334220 and a small business size standard of 750 employees, per http://www.sba.gov/content/table-small-business-size-standards. The following are included in an attachment to this synopsis/solicitation HSSS01-12-Q-0088: (1) A list of contract line item number(s) and items, quantities, and units of measure; (2) A description of requirements for the items to be acquired; (3) The date and place of delivery and acceptance and FOB point; and (4) Additional terms and conditions, if any. The provision at 52.212-1, Instructions to Offerors-Commercial, does not apply to this acquisition. Instructions to Offerors are contained in the RFQ SF18. The provision at 52.212-2, Evaluation-Commercial Items, is not applicable to this acquisition. Items are being procured per 13.106 and will be evaluated in accordance with 13.106-2. Award will be based on a best value/trade off evaluation, price and other factors considered, in order to award a firm-fixed price order to the Offeror presenting, in the judgment of the Government, the most advantageous offer to the Government. Best value evaluation is, in and of itself, a subjective assessment by the Government of the proposed solutions in order to acquire the most advantageous result for the Government, price and other factors considered. Subjectivity is inherent in the process. It is noted that the requirements for negotiated procurements contained in FAR Part 15 are not applicable; for example, the Government is not obliged to follow formal evaluation procedures, to establish a competitive range, or to engage in discussions with contractors. Evaluation will be made on four factors: Technical Capability, i.e. conformity with technical specifications and warranty requirements; ability to meet Delivery terms; Past Performance; and, Overall Price. The Government will query relevant FAPIIS/PPIRS/CPARS information to assess past performance. Past performance questionnaires will not be distributed, and Offerors are not required to submit past performance information. If relevant, recent past performance is not publicly available, the Government will evaluate this factor neither favorably nor unfavorably. Offerors are not required to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offers but must provide DUNS and be registered in Online Representation and Certifications Application (ORCA). The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition along with any additional FAR clauses cited in that clause. Agency clause USSS 3052.204-90 is applicable: "In accordance with 18 U.S.C. 709, any contractor, except with the written permission of the Director of the U.S. Secret Service, who knowingly uses the words "Secret Service", "Secret Service Uniformed Division", "U.S.S.S.", "U.D." or any colorable imitation or such words or initials, in connection with or as a part of any advertisement, circular, book, pamphlet or other publication, play, motion picture, broadcast, telecast, other production, product or item, in a manner reasonably calculated to convey the impression that such advertisement, circular, book, pamphlet or other publication, product, or item, is approved, endorsed, or authorized by or by associated in any manner with, the U.S. Secret Service or the U.S. Secret Service Uniformed Division shall be punishable as follows: a corporation, partnership, business trust, association, or other business entity, by a fine under this title; an officer or member thereof participating or knowingly acquiescing in such violation or any individual violating this section, by a fine under this title or imprisonment for not more than one year, or both." Amendments to this synopsis/solicitation, if any, will be posted here in the same manner as the initial synopsis and solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/HSSS01-12-Q-0088/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, 20785, United States
Zip Code: 20785
 
Record
SN02723772-W 20120419/120417234928-7cc6e2ccf49ab6df6a5143022d41cbc8 (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.