Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2003 FBO #0546
MODIFICATION

58 -- INTERGRATED AUDIO, VIDEO, AND PAGING SYSTEM

Notice Date
5/27/2003
 
Notice Type
Modification
 
Contracting Office
DHS - Border and Transportation Security, United States Customs Service (USCS), Field Procurement Services Branch, 6026 Lakeside Blvd., Indianapolis, IN, 46278
 
ZIP Code
46278
 
Solicitation Number
CS-I-03-008
 
Response Due
6/20/2003
 
Archive Date
7/5/2003
 
Point of Contact
Clarence Abernathy, Contract Specialist, Phone 317-298-1180 x1206, Fax 317-298-1344, - Clarence Abernathy, Contract Specialist, Phone 317-298-1180 x1206, Fax 317-298-1344,
 
E-Mail Address
clarence.w.abernathy@customs.treas.gov, clarence.w.abernathy@customs.treas.gov
 
Description
POC: Clarence Abernathy, 317-298-1180 x1206, Fax 317-298-1244, U.S. Customs Service, 6026 Lakeside Blvd., Indianapolis, IN 46278. Email: clarence.abernathy@dhs.gov AMENDMENT 0001 TO: SOLICITATION CS-I-03-008 THE PURPOSE OF THIS AMENDMENT IS TO MAKE THE FOLLOWING CLARIFICATION: THE BASE REQUIREMENT IS 1.0 THROUGH 3.1.3 AND 3.2 THROUGH 3.9.3 (EVERYTHING EXCEPT 3.1.4). THE OPTION ITEM IS 3.1.4. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation that will be released. Proposals are being requested and a written solicitation will not be issued. Solicitation number CS-I-03-008 is issued as a request for proposal (RFP) and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2001-13. The standard industrial classification code (SIC) is 334310. The small business size standard is 750 employees. This requirement will result in a firm fixed price contract. This requirement is for an INTERGRATED AUDIO, VIDEO, AND PAGING SYSTEM. There are two (2) line items. The base requirement, item 0001 is described in the attached Statement of Work (SOW), 3.1 through 3.1.3. Option item I, item 0002 is described in the SOW as 3.1.4. The government may choose to exercise this option at time contract of award. The offeror?s firm fixed-price proposal shall include all costs of delivery, installation, and training the users. The turn key? supplies and services shall be delivered FOB destination to Customs and Border Protection, 400 Judge Leon Ford Drive, Hammond Municipal Airport, Hammond, Louisiana. Delivery and installation, shall be completed within 14 calendar days after the date of contract award. Inpection and acceptance shall be conducted at the delivery site. The following FAR clauses and provisions apply to this acquisition: 52.212-1, Instructions to Offerors--Commercial Items; 52.212-2, Evaluation?Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation, meets the technical requirements, delivery, and provides the overall lowest price. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option. 52.212-3, Offeror Representations and Certifications--Commercial Items applies. Copies of the Representations and Certifications are available online at http://www.treas.gov/usss/proc (go to the Web page, click button for ?Procurement Opportunities?, then scroll down to clause 52.212-5. Offerors must include a signed copy of the Representation and Certifications with their offers; FAR 52.212-4, Contract Terms and Conditions?Commercial Items applies to the resultant contract along with FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items with the following additional FAR clauses in paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.203.10, Price or Fee Adjustment for Illegal or Improper Activity; 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; and 52.225-3, Buy America Act?Supplies. The solicitation is unrestricted. Offers are due to the Contracting Officer on June 20, 2003, (not later than 3:00 p.m. local time), at the Customs and Border Protection, Field Procurement Services Branch, 6026 Lakeside Boulevard, Indianapolis, IN 46278. All responsible bidders may submit a proposal which shall be considered by the agency.
 
Place of Performance
Address: Bureau of Immigrations and Customs Enforcement, Office of Air and Marine Interdiction, 400 Judge Leon Ford Drive, Hammond, Louisiana
Zip Code: 70401
Country: United States
 
Record
SN00332501-W 20030529/030527213055 (fbodaily.com)
 
Source
FedBizOpps.gov 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.