Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2012 FBO #3856
SOLICITATION NOTICE

K -- MERS Denton MRRV Modifications - Statement of Work

Notice Date
6/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
441210 — Recreational Vehicle Dealers
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, National Continuity Branch, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, Virginia, 20135, United States
 
ZIP Code
20135
 
Solicitation Number
HSFE50-12-Q-0043
 
Point of Contact
Rafael Taylor, Phone: 5405422832
 
E-Mail Address
rafael.taylor@dhs.gov
(rafael.taylor@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work Denton FEMA MERS MRRV Modificatiions This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation number, HSFE50-12-Q-0043 is issued as a Request for Proposal (RFQ), is for the repair and modifications of Two (2) each, 2005 Sportscoach Encore 380DS Mobile Response and Recovery Vehicles (MRRV) for Department of Homeland Security (DHS) MERS Detachment Denton. Denton-MERS requires modifications to provide sleeping accommodations for up to six personnel; four in rear and two in living area currently being utilized by MERS personnel during disaster deployments for rest, relaxation, administrative work as well as for sleeping accommodations when the deployed locations cannot provide these accommodations. The current configuration does not allow for more than two or three MERS personnel to utilize the MRRV's for sleeping and still allow for the other administrative and personal needs as well. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. This RFQ is being issued as a Small Business Set-aside. The NAICS code for this requirement is 441210, for which the Small Business Size Standard is $30 million dollars. Only one award will result from this solicitation, via the issuance of firm-fixed-price contract. FOB Destination pricing is preferred. SPECIFIC TASKS: Successful contractor shall provide delivery of two (2) newly modified vehicles and any other necessary expenses to complete changes to vehicles as mentioned in Statement of Work. Please provide the Unit and extended price for each. Services shall be completed within 120 days after receipt of award. Service and delivery of two (2) each vehicle will be made to the following address: DHS/FEMA/Denton MERS 800 North Loop 288 Denton, TX 76201 All contractor personnel requiring access to the Government facility must have a current valid ID indicating US citizenship and for contractor personnel actually driving onto the facility a valid driver's license is required. See attached statement of work for the minimum requirements for the two (2) vehicle modifications. a. Delivery Time ARO: ________________________ b. FOB Destination or Origin: _________________. c. DUNS Number: ________________________ d. TIN Number: ________________________ e. CCR CAGE:_______________________ BASIS FOR AWARD: The Gov't will make award to the responsible/responsive offeror whose proposal will be most advantageous to the Gov't based on lowest price/technically acceptable factors. Offerors shall provide a detailed price proposal to include the cost of all labor costs; associated labor costs and other associated costs (e.g., excise tax, etc.). The price proposal shall be broken down and totaled in order for the Government to perform a complete evaluation of the proposed price. In order for an offeror to be considered technically acceptable, the following mandatory requirements must be met: (a) Offeror must provide the breakdown of the prices along with a description for the items requested in the statement of Work, (b) offeror must provide three (3) references and projects that are similar to this project including phone numbers of references. Quality of past performance will be evaluated on a pass/fail basis. Offeror's must be registered in the Central Contractor Registration (CCR) database (via the Internet at http://www.ccr.gov) as well as having completed the electronic annual representations and certifications at http://orca.bpn.gov. Offer needs to include a completed copy of the provision 52.212-3, Offeror Respresentations and Certifications-Commercial Items, unless the orca page is up to date. The provision at FAR 52.212-1 "Instructions to Offerors--Commercial" applies to this acquisition. The following FAR clauses also apply: 52.204-10 "Reporting Executive Compensation and First-Tier Subcontract Awards," 52.212-4 "Contract Terms and Conditions--Commercial Items," 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items," with the following clauses cited in 52.212-5 being applicable to this acquisition: 52.203-6 "Restrictions on Subcontractor Sales to the Government," 52.219-8 "Utilization of Small Business Concerns," 52.222-3 "Convict Labor," 52.222-19 "Child Labor--Cooperation with Authorities and Remedies," 52.222-21 "Prohibition of Segregated Facilities," 52.222-26 "Equal Opportunity," 52.222-35 "Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans," 52.222-36 "Affirmative Action for Workers with Disabilities," 52.222-37 "Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans," 52.225-1 "Buy American Act--Supplies," 52.225-13 "Restrictions on Certain Foreign Purchases," and 52.232-33 "Payment by Electronic Funds Transfer--Central Contractor Registration." The aforementioned provision and clauses can be accessed electronically at http://www.gsa.gov/far. Prospective sources are reminded that award can only be made to a Contractor who is registered in the Central Contractor Registration (CCR) database and who has completed the online annual representations and certifications as identified above. A site visit is scheduled for June 26th from 2 - 3 pm. Please provide name of personnel attending on behalf of company by end of Day June 22th to David Perez at David.perez3@fema.dhs.gov and Rafael.taylor@fema.dhs.gov. All persons attending will need their Drivers License as a Picture ID for access to the site, which is at FEMA MERS Denton, Pecan Creek Business District, 3917 Morse St. Ste 208, Denton, Texas 76209. David can be contacted by phone at 940-898-5530. Due date for receipt of responses to this RFQ will be 1:00 PM/EST, 07/02/2012 to Mr. Rafael Taylor at e-mail address: Rafael.taylor@fema.dhs.gov or fax number at 540-542-2632 or 2631. Mr. Taylor's telephone number is: 540-542-2832. Electronic responses are required. Questions concerning this RFQ prior to the site visit will NOT be accepted after 1:00 PM/EST on 06/21/2012 and must be e-mailed or faxed to Mr. Taylor at the e-mail address and fax numbers provided above. They will be all addressed at the site visit. Amendments to this RFP will be published in the same manner as the initial synopsis/solicitation once questions are responded to at the site visit. This shall include answers to new questions addressed at the site visit.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/MWEAC/HSFE50-12-Q-0043/listing.html)
 
Place of Performance
Address: DHS/FEMA/Denton MERS, 800 North Loop 288, All contractor personnel requiring access to the Government facility must have a current valid ID indicating US citizenship and for contractor personnel actually driving onto the facility a valid driver’s license is required., See attached statement of work for the minimum requirements for the two (2) vehicle modifications., a. Delivery Time ARO: ________________________, b. FOB Destination or Origin: _________________., c. DUNS Number: ________________________, d. TIN Number: ________________________, e. CCR CAGE:_______________________, BASIS FOR AWARD: The Gov't will make award to the responsible/responsive offeror whose proposal will be most advantageous to the Gov't based on lowest price/technically acceptable factors. Offerors shall provide a detailed price proposal to include the cost of all labor costs; associated labor costs and other associated costs (e.g., excise tax, etc.). The price proposal shall be broken down and totaled in order for the Government to perform a complete evaluation of the proposed price. In order for an offeror to be considered technically acceptable, the following mandatory requirements must be met: (a) Offeror must provide the breakdown of the prices along with a description for the items requested in the statement of Work, (b) offeror must provide three (3) references and projects that are similar to this project including phone numbers of references. Quality of past performance will be evaluated on a pass/fail basis. Offeror’s must be registered in the Central Contractor Registration (CCR) database (via the Internet at http://www.ccr.gov) as well as having completed the electronic annual representations and certifications at http://orca.bpn.gov. Offer needs to include a completed copy of the provision 52.212-3, Offeror Respresentations and Certifications-Commercial Items, unless the orca page is up to date., The provision at FAR 52.212-1 'Instructions to Offerors--Commercial' applies to this acquisition. The following FAR clauses also apply: 52.204-10 “Reporting Executive Compensation and First-Tier Subcontract Awards,” 52.212-4 'Contract Terms and Conditions--Commercial Items,' 52.212-5 'Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items,' with the following clauses cited in 52.212-5 being applicable to this acquisition: 52.203-6 'Restrictions on Subcontractor Sales to the Government,' 52.219-8 “Utilization of Small Business Concerns,” 52.222-3 'Convict Labor,' 52.222-19 'Child Labor--Cooperation with Authorities and Remedies,' 52.222-21 'Prohibition of Segregated Facilities,' 52.222-26 'Equal Opportunity,' 52.222-35 'Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans,' 52.222-36 'Affirmative Action for Workers with Disabilities,' 52.222-37 'Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans,' 52.225-1 'Buy American Act--Supplies,' 52.225-13 'Restrictions on Certain Foreign Purchases,' and 52.232-33 'Payment by Electronic Funds Transfer--Central Contractor Registration.' The aforementioned provision and clauses can be accessed electronically at http://www.gsa.gov/far. Prospective sources are reminded that award can only be made to a Contractor who is registered in the Central Contractor Registration (CCR) database and who has completed the online annual representations and certifications as identified above., A site visit is scheduled for June 26th from 2 - 3 pm. Please provide name of personnel attending on behalf of company by end of Day June 22th to David Perez at David.perez3@fema.dhs.gov and Rafael.taylor@fema.dhs.gov. All persons attending will need their Drivers License as a Picture ID for access to the site, which is at FEMA MERS Denton, Pecan Creek Business District, 3917 Morse St. Ste 208, Denton, Texas 76209. David can be contacted by phone at 940-898-5530., Due date for receipt of responses to this RFQ will be 1:00 PM/EST, 07/02/2012 to Mr. Rafael Taylor at e-mail address: Rafael.taylor@fema.dhs.gov or fax number at 540-542-2632 or 2631. Mr. Taylor’s telephone number is: 540-542-2832. Electronic responses are required., Questions concerning this RFQ prior to the site visit will NOT be accepted after 1:00 PM/EST on 06/21/2012 and must be e-mailed or faxed to Mr. Taylor at the e-mail address and fax numbers provided above. They will be all addressed at the site visit. Amendments to this RFP will be published in the same manner as the initial synopsis/solicitation once questions are responded to at the site visit. This shall include answers to new questions addressed at the site visit., Denton, Texas, 76021, United States
Zip Code: 76021
 
Record
SN02774145-W 20120615/120613235005-3cd82ffef0631395a90ff242f4598da7 (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.