Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2003 FBO #0605
SOLICITATION NOTICE

25 -- COMPACT SIREN SPEAKERS

Notice Date
7/25/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Direct Reports, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20223
 
ZIP Code
20223
 
Solicitation Number
Reference-Number-03IRM112A
 
Response Due
8/1/2003
 
Archive Date
8/2/2003
 
Point of Contact
Pete Hunter, Contract Specialist, Phone (202) 406-6940, Fax (202) 406-6801, - Kelly Curtin, Contract Specialist, Phone 202/406-6940, Fax 202/406-6801,
 
E-Mail Address
phunter@usss.treas.gov, kcurtin@usss.treas.gov
 
Description
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 constitutes the only solicitation: quotes are being requested and a written solicitation will not be issued. The solicitation number is RFQ 3-IRM-112A. This solicitation is issued as a request for quotation under FAR Part 13 procedures. The solicitation document and the incorporated provisions are those in effect through Federal Acquisition Circular 01-14. The NAICS code is 336322 and the small business standard is 750 employees. The United States Secret Service has a requirement for a Brand Name or Equal version of four hundred fifty (450) each Dynamax Siren Speaker with standard bail bracket, Model # MS-100-01. This is a firm fixed price requirement. As a minimum, the following specifications shall be met: The size of each Siren Speaker should not exceed 14.7 cm in height, 14.7 cm in width, and 6.6 cm in depth. Each Siren Speaker should not exceed 7.1 kg. The siren speaker should provide 100 watts. Input voltage must equal 32VRMS. If quoting the Brand Name product identified by model number above, no sample shall be required. If quoting an "or equal" product, vendor shall submit for evaluation purposes one (1) sample of each item proposed via Federal Express to: Pete Hunter, United States Secret Service, 950 H Street, N.W., Suite 6700, Washington, DC 20223. At the conclusion of the evaluation, all equipment shall be returned to the vendors. If offering an "or equal" siren speaker, the brand name of the product furnished shall be identified clearly on the quotation. The evaluation of quotations and the determination as to the equality of the siren speaker to the aforementioned model number shall be the responsibility of the Government and shall be based only upon information provided by the vendors and the Government?s evaluation. The Government shall not assume the responsibility of locating or securing any information which is not identified in the quotation. To ensure that sufficient information is available, the vendor shall furnish as part of the quotation all descriptive material and certifications necessary for the United States Secret Service to determine whether the product meets the aforementioned salient characteristics of this requirement. Vendors proposing to modify a product to make it conform to the requirements of this announcement shall include a clear description of the proposed modification and clearly mark any descriptive material to show proposed modification. The contractor selected for award shall send all four hundred fifty (450) items, FOB destination, to Communications Center (IRMD/RCB/MSG), 245 Murray Drive S.W., Building 410, Washington, DC 20223 no later than 9/15/2003. Inspection for acceptance will take place at the aforementioned address. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale. The warranty period shall begin upon final acceptance of the applicable deliverables listed above. All quotations shall be submitted via facsimile to (202) 406-6801, Attention: Pete Hunter by 3:30 P.M., August 1, 2003. No hand carried or hand delivered quotations or accompanying samples will be accepted. Any vendor wishing to deliver a sample or quotation should do so via Federal Express. Attempts of any offeror to hand-deliver a quotation or the accompanying sample by any method other than Federal Express to any USSS address may disqualify the offeror attempting hand delivery. Potential offerors are hereby put on notice that if the quotation is not received in full by the time and date stated above, that offeror?s quotation shall be considered late and may not be evaluated. The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at FAR 52.212-2 applies. Specific Evaluation Criteria to be included in paragraph (a) of FAR 52.212-2 should read, "(1) Technical capability of the item offered to meet the Government requirement and (2) price. All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. Evaluation and award shall be based on the lowest offered price for a product that is in compliance with the salient characteristics if all vendors respond with the brand name item mentioned or its functional equivalent. The Government reserves the right, however, to evaluate technical excellence in order to make a best value decision. This right may be exercised only if a vendor responds by proposing a product that is not the aforementioned brand name item, the proposed product complies with the brand name item?s salient characteristics, the proposed product is technically superior to the brand name item mentioned in this document, and awarding to the vendor who proposed the product would be most advantageous to the Government. If this right is exercised, it could result in award to other than the lowest priced offer. All responsible vendors may submit a quotation which, if timely received, shall be considered by the United States Secret Service. The following factors shall be used to evaluate offers: (i) technical, (ii) price, and (iii) warranty. The technical evaluation will consist of reviewing and evaluating the "or equal" samples and literature for compliance with meeting or exceeding requirement specifications. If any vendor fails to provide requested descriptive literature and samples, as applicable, that failure may be grounds for disqualification. Warranty - The vendor exceeding the standard commercial warranty, and offering the government the best value, shall be rated higher. Price Evaluation ? The total price shall be considered. The total price of the deliverables shall include all warranties, delivery, and supplies." Vendors are advised that they should submit with their offers completed copies of the documents required at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions?Commercial items, applies to this acquisition. The clause at FAR 52.212-5 applies to this acquisition. Additional FAR clauses cited in FAR 52.212-5 that apply to this acquisition follow: 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; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.225-3, Buy American Act-North American Free Trade Agreement?Israeli Trade Act; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-34, payment by Electronic Funds Transfer-Other than Central Contractor Registration. A clause that protects the interests of the United States Secret Service in accordance with 18 U.S.C. 709 shall apply to this acquisition. All offerors wishing to submit a quotation are required to be registered in the Central Contractors Registration (CCR). If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov. Contractors are required to have a Dun & Bradstreet number (DUNS) in order to be registered in the CCR database. Failure to register may make an offeror ineligible for award. A contractor can receive a DUNS number by calling Dun & Bradstreet at 1-800-333-0505. Internet registration takes approximately 72 hours: mail-in registration takes approximately 30 days. For information regarding this solicitation, please contact Pete Hunter at (202) 406-6789.
 
Place of Performance
Address: Communications Center (IRMD), 245 Murray Drive S.W., Building 410/Washington/DC
Zip Code: 20223
Country: United States of America
 
Record
SN00382652-W 20030727/030726115714 (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.