Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2012 FBO #3949
MODIFICATION

84 -- IDIQ for PPE and Gear

Notice Date
9/14/2012
 
Notice Type
Modification/Amendment
 
NAICS
448110 — Men's Clothing Stores
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
 
ZIP Code
20535
 
Solicitation Number
12-P-LDQ005956
 
Archive Date
10/5/2012
 
Point of Contact
Lynda M. Theisen, Fax: 703-632-8480
 
E-Mail Address
Lynda.Theisen@ic.fbi.gov
(Lynda.Theisen@ic.fbi.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for BRAND NAME or Equal commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60, Effective August 27, 2012. All future information about this acquisition including solicitation amendments will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The Request for Proposal number is12-P-LDQ005956 and shall be referenced on all proposals. The Government contemplates award of a single Indefinite Delivery Indefinite Quantity (IDIQ) contract for Firm Fixed Price supplies to a single Contractor for a base year plus four 1-year option periods. This acquisition is a 100% set-aside for small business utilizing North American Industry Classification (NAICS) code of 448110 with a size standard of 500 employees. See Attachment 1 to solicitation 12-P-LDQ005956 for a complete list of items to be purchased under the IDIQ contract. Product numbers provided are for description purposes only and are not meant to be restrictive. Proposals offering equal products (including products of a brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the proposals and are determined by the Government to meet fully the salient characteristics and requirements listed in the combined synopsis/solicitation; unless the Offeror clearly indicates in his/her proposal that he/she is offering an equal product referenced in the solicitation. If the Offeror proposes to furnish an equal product, the brand name, if any, make and model number of the product to be furnished shall be clearly identified in the proposal. The evaluation of proposals and the determination to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the Offeror or identified in his/her proposal as well as other information reasonably available to the purchasing activity. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. To ensure that sufficient information is available, the Offeror must furnish as a part of its proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the purchasing activity to: (i) determine whether the product offered meets the salient characteristics requirements of the combined synopsis/solicitation, and (ii) establish exactly what the Offeor proposed to furnish and what the Government would be binding itself to purchase by making an award. Failure to adhere to these instructions will render an Offeror as being ineligible for award. Please carefully review the commercial item FAR clauses for information about requirements and instructions for submitting a quotation. The following provisions and clauses apply to this procurement: Federal Acquisition Regulation (FAR) provision 52.211-6- Brand Name or Equal (AUG 1999); FAR provision 52.212-1, Instructions to Offeror- Commercial Items (FEB 2012); FAR provision 52.212-2, Evaluation-Commercial Items (JAN 1999) - Award will be made to the lowest price technically acceptable Offeror. FAR provision 52.212-3, Offeror Representations and Certification-Commercial Items (APR 2012); FAR Clause 52-212-4, Contract Terms and Conditions- Commercial Items (FEB 2012); FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (AUG 2012) - in paragraph (b) the following clauses apply; 52.203-6, 52.209-6, 52.209-10, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-40, 52.222-54, 52.223-18, 52.225-1, 52.225-13 52.232-33. In addition to the above, FAR clause 52.247-34 F.O.B. Destination (NOV 1991) is incorporated by reference. Clauses incorporated by reference may be accessed in full text at www.arnet.gov. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective Offeror will be conducted unless it is deemed necessary by the Contracting Officer. All questions or clarifications related to this RFP shall be submitted no later than 9:00 AM, Eastern, September 18, 2012 to Lynda.Theisen@ic.fbi.gov. Questions will be accepted by email only. All proposals from responsible sources will be considered. Proposals are due by September 20, 2012 at 2:00 PM Eastern. Proposals will be accepted via electronic mail only. Proposals shall be sent to Lynda.Theisen@ic.fbi.gov. Please reference combined synopsis/solicitation number RFP 12-P-LDQ005956.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/12-P-LDQ005956/listing.html)
 
Record
SN02884510-W 20120916/120915001814-cbdf5a582dba76573d0121e164908db5 (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.