Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2007 FBO #1931
SOLICITATION NOTICE

34 -- KEVLAR PANELS

Notice Date
3/9/2007
 
Notice Type
Solicitation Notice
 
NAICS
331111 — Iron and Steel Mills
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Contracts and Procurement, William J. Hughes Technical Center Atlantic City International Airport, Atlantic City, NJ, 08405, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSTS07-07-Q-0022
 
Response Due
3/21/2007
 
Archive Date
4/5/2007
 
Point of Contact
Debra Stuart, Contracting Officer, Phone 609-909-5703, Fax null,
 
E-Mail Address
debra.l.stuart@secureskies.net
 
Small Business Set-Aside
Total Small Business
 
Description
Kevlar Panels ? This is a combined synopsis/solicitation for commercial items prepared in accordance with TSA Transportation Security Administration Acquisition Management System (TSAAMS) 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 is HSTS07-07-Q-0022. The Department of Homeland Security (DHS) has a requirement for 11? x 16?, Level III A Kevlar panel?s quantity (1307), required on or before April 13, 2007. The price shall include all costs of transportation and delivery, inclusive of freight (Do not provide a separate line item for freight). Offerors shall indicate how long after receipt of order it will take to deliver product (Preferably 30 days after date of award). The Kevlar panels shall be delivered to the William J. Hughes Technical Center Bldg. 201, Atlantic City, NJ 08405. The solicitation document and incorporated provisions and clauses are those in effect through the following provisions in TSA Acquisition Management Systems (TSAMMS). The following provisions apply to this solicitation. The solicitation incorporates one or more clauses by reference, with the same force and effect as if given in full text. Full text of a clause may be accessed electronically at http://www.tsa.gov/public/display?theme=84&content=090005198001349 . The provisions of 3.2.2.5-1 Instructions to Offerors ?Commercial Items (August 2002) and the clauses 3.2.2.5-4 Contract Terms and Conditions-Commercial Items (February 2003) and 3.2.2.5-2 Evaluation-Commercial Items (August 2002) apply to this acquisition. The evaluation criteria in paragraph (a) of this clause that will be used are: ? Past performance History: The offeror(s) proposal shall include a minimum of two (2) past performance references for similar services the offeror has provided. Verified/current points of contact shall be provided for each reference to allow the Government to speak with references about the nature and quality of service required. ? Pricing Factors: Offerors shall provide pricing to cover a 1 year. All evaluations factors, when combined, are more important than price. The government will award resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. Award will be made only to contractors who have registered with the Central Contractor Registration. You can register at the CCR website: www.ccr.gov. Offerors must include a completed copy of TSA Acquisition Management System (TSAAMS) Provisions at 3.2.2.5-3 Offeror Representations and Certifications-Commercial Items (February 2003). Note: For a copy of this provision, please contact Toshia Rollins, Contract Specialist @ (609-909-5722). Clause 3.2.2.5-5 Commercial Items-Contract Terms & Conditions Required to Implement Statutes or Executive Orders (August 2002) is hereby incorporated by Reference; the following subparagraphs are applicable: (13) Equal Opportunity for Special Disabled Veterans, (16) Child Labor-Cooperation with Authorities and Remedies and (24) Payment by Electronic Funds Transfer-Central Contractor Registration. The following clauses are also included by reference: 3.6.2-2 Convict Labor (April 1996), 3.6.2-5 Prohibition of Segregated Facilities (February 2003), The following clauses are also included by reference: 3.2.5-6 Restrictions on Subcontractor Sales to the TSA (February 2003), 3.6.2-5 Certification of Non-Segregated facilities (April 1996), 3.6.2-9 Equal Opportunity (April 1996), 3.6.2-12 Affirmative Action for Special disabled Vietnam Era Veterans (July 1996), 3.6.2-14 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam (January 1998), 3.6.4-2 Buy American Act-Supplies (February 2003), 3.6.4-10 Restriction on Certain Foreign Purchases (February 2003), 3.6.4-12 European Union for End Products (April 1996). Questions concerning this combined synopsis/solicitation must be furnished in writing or by e-mail to: Toshia.n.Rollins@secureskies.net or at fax number (609) 625-4106. Your questions must be in writing and be e-mailed or faxed in sufficient time to be received by the Contracting Specialist on or before March 16, 2007, 10:00 AM EASTERN STANDARD TIME. The date and time for the submission of proposals is Friday, March 23, 2007, 10:00 AM EASTERN STANDARD TIME. Proposals shall be in writing and be signed (cursive signature and dated), shall reference the RFQ Number HSTS07-07-Q-0022 and shall be sent to the attention of Toshia Rollins, Contract Specialist, William J. Hughes Technical Center, Bldg 202, Atlantic City International Airport, New Jersey, 08405. Proposals will be accepted via fax or e-mail provided they are received by Wednesday March 21, 2007 by 3:00 PM Eastern Standard Time. Faxed proposals may be sent to Ms. Rollins @ (609) 625-4106. E-mailed proposals can be e-mailed to Toshia.n.Rollins@secureskies.net Point of Contact Doretta Chiarlone, Contracting Officer Toshia Rollins, Contract Specialist, Phone (609) 909-5722, Fax (609) 625-4106, Email: Toshia.n.Rollins@secureskies.net
 
Place of Performance
Address: The FOB Destination delivery is to: The Federal Air Marshal Service, William J. Hughes Technical Center, Bldg. 201 Atlantic City, NJ 08405, on or before: April 13, 2007.
Zip Code: 08405
Country: UNITED STATES
 
Record
SN01247408-W 20070311/070309220626 (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.