Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2007 FBO #2069
SOLICITATION NOTICE

10 -- Holsters and Accessories

Notice Date
7/25/2007
 
Notice Type
Solicitation Notice
 
NAICS
316999 — All Other Leather Good Manufacturing
 
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-R-0037
 
Response Due
8/10/2007
 
Archive Date
9/30/2007
 
Small Business Set-Aside
Total Small Business
 
Description
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-R-0037, which is issued as a Request for Proposal (RFP). This requirement will be a SMALL BUSINESS SET ASIDE acquisition with a NAICS code of 316999. The Small Business size standard applicable to this SIC code is 500 employees. The Transportation Security Administration (TSA)-Office of Law Enforcement (OLE) has a requirement for holsters to accommodate SIG SAUER P229 and P239 - .357 weapons, handcuff cases, as well as single (P229) and double (P239) magazine holders and magazine pouches. Specifications for all items are located in Attachment 1. Holsters must be available in both left and right handed specimens. The Government is NOT obligated to order ALL of the end items reflected in the line items set forth, however the Government is obligated to order the minimum of $25,410.00 of any combination of line items during the base year. There is no minimum obligation associated with the option years. The total value of the contract, inclusive of all option years, will not exceed $1,500,000.00. The Government intends to award an indefinite-delivery, indefinite-quantity (IDIQ) type contract for a base period of one (1) year and four (4) one year options. Potential quantities for each year/option will not exceed items and quantities listed in Attachment 2. Delivery under resultant orders is anticipated to begin on or about September 17, 2007. The anticipated award date of the contract is August 17, 2007. All interested offerors seeking award must be registered in the Central Contractor Registration (CCR) Database, and shall return their proposals by 3:00 PM, EDT, on the due date indicated. The solicitation document and incorporated provisions and clauses are those in effect through the following provisions in TSA Acquisition Management Systems (TSAAMS) - see attached solicitation for applicable Terms and Conditions. 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/join/business/business_tsaams.shtm . Questions concerning this combined synopsis/solicitation must be furnished in writing by e-mail to: Charlotte.M.Carney@secureskies.net . Your questions must be in writing and be e-mailed in sufficient time to be received by the Contract Specialist on or before Wednesday, August 1, 2007 at 3:00 PM EASTERN STANDARD TIME. The date and time for the submission of quotes is Friday, August 10, 2007 at 3:00 PM EASTERN STANDARD TIME. Proposals must be sent electronically along with the completed representations and certifications (see Attachment 3 to solicitation), providing the business size, e-mail address, Dunn and Bradstreet number, CAGE code and Federal Tax ID number and shall reference the RFP Number HSTS07-07-R-0037. Proposals shall be sent to BOTH Ms. Ballay and Ms. Carney via the email addresses provided below. It is the responsibility of the offeror to contact the Contracting Officer to ensure timely delivery and receipt of all documents, to include quotes and applicable representations and certifications as needed.
 
Place of Performance
Address: William J Hughes Technical Center, Bldg 201, Atlantic City Airport, NJ
Zip Code: 08405
Country: UNITED STATES
 
Record
SN01351731-W 20070727/070725220723 (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.