Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2016 FBO #5342
SOLICITATION NOTICE

J -- LMR tower shelter replacement - SOW

Notice Date
7/7/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336212 — Truck Trailer Manufacturing
 
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
HSFE50-16-R-3786
 
Archive Date
8/6/2016
 
Point of Contact
Matthew A. Raible, Phone: 5405422248
 
E-Mail Address
Matthew.Raible@dhs.gov
(Matthew.Raible@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
STATEMENT OF WORK This is a combined synopsis/solicitation for commercial items/services prepared in accordance with FAR Subpart 12.6 and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and no written solicitation will be issued. This solicitation is being issued as a Request for Quotation (RFQ). The Government intends to issue a fixed price purchase order and reserves the right to issue an award without discussions. The attached Statement of work is attached. DUE TO THE FACT THAT THESE TOWERS ARE USED FOR EMERGENCY RESPONSE, THE PROSPECTIVE VENDOR MUST BE HAVE THE TOWERS PHYSICALLY AVAILABLE WITHIN 1OO MILES OF MAYNARD, MA 01754. Photos are available upon request and will be released via email. Photos will be available for official use only. Offeror shall provide a firm fixed price for two (2) trailers. The FFP shall include labor, equipment, and material as necessary to complete the work. Source selection will be based on a lowest cost, technically acceptable basis, including acceptable past performance references. The Government requests (3) three past performance references for similar work. Information shall include POC info including name, phone number, email. The RFQ clauses and provisions are those in effect through Federal Acquisition Circular 2005-32-Corrected. The NAICS code for this requirement is 336212, for which the Small Business Size Standard is 500 employees. THIS IS A TOTAL SMALL BUSINESS SET ASIDE. FAR provision 52.212-1, 52.212-2, 52.212-3, 52.212-4, and 52.219-3 apply to this acquisition. 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items As prescribed in 12.301(b)(4), insert the following clause: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS- COMMERCIAL ITEMS (MAR 2009); 52.219-28 UTILIZATION OF SMALL BUSINESS CONCERNS (MAY 2004)(15 U.S.C. 637(D)(2) AND (3)) 52.222-3 CONVICT LABOR (JUNE 2003)(E.O. 11755) 52.222-19 CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (FEB 2008)(E.O. 13126). 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999). 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) (E.O.'S, PROCLAMATIONS, AND STATUTES ADMINISTERED BY THE OFFICE OF FOREIGN ASSETS CONTROL OF THE DEPARTMENT OF THE TRESEAURY). 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER -CENTRAL CONTRACTOR REGISTRATION (Oct. 2003)(31 U.S.C. 3332). 52.239-1 PRIVACY OR SECURITY SAFEGUARDS (AUG 1996) (5 U.S.C. 552A). INFORMATION TO BE PROVIDED BY THE OFFEROR: Vendors shall complete FAR 52.212-3, Offerors Representations and Certifications- Commercial Items (Jun 2008). This can be done electronically at http://orca.bpn.gov. The Contracting Officer will review the vendor's online certifications at http://orca.bpn.gov to ensure that they are accurate and complete. If the vendor does not have active representations and certifications registered online they will be disqualified from being considered for award. Questions are due to Matthew Raible at matthew.raible@dhs.gov 1300 (1 PM) EST on Thursday, July, 14th, 2016. Questions regarding this requirement shall be directed electronically to matthew.raible@fema.dhs.gov. All questions and their respective answers will be made available in the form of an amendment to this announcement. RESPONSES TO THE COMBINED SYNOPSIS/SOLICITATION MUST BE SUBMITTED BY 1:00 PM (1300) EST FRiDAY, JULY 22, 2016, EMAILED TO matthew.raible@fema.dhs.gov Award will be made on lowest priced, technically acceptable basis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/MWEAC/HSFE50-16-R-3786/listing.html)
 
Place of Performance
Address: 65 Old Marlboro Road, Maynard, Massachusetts, 01754, United States
Zip Code: 01754
 
Record
SN04175173-W 20160709/160708000023-62a5c8826f6a4825ee8799d9d46428c1 (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.