Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2008 FBO #2323
MODIFICATION

99 -- Canadian Travel Liability Insurance

Notice Date
4/4/2008
 
Notice Type
Modification/Amendment/Cancel
 
NAICS
524210 — Insurance Agencies and Brokerages
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, Headquarters Procurement Division, Wash DC, 425 I Street, NW, Washington, DC, 20536, UNITED STATES
 
ZIP Code
20536
 
Solicitation Number
HSCENV-08-Q-00009
 
Response Due
4/16/2008 12:00:00 PM
 
Archive Date
4/18/2008
 
Point of Contact
Murthlyn Samuel, Contract Specialist, Phone (202)514-8399
 
E-Mail Address
Murthlyn.Samuel@dhs.gov
 
Description
This is a combined synopsis /solicitation for commercial items prepared in accordance with the format in Federal Acquisition (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation that will be issued. Quotations are being requested and no future written solicitation will be issued. The solicitation number is HSCENV-08-Q-00009 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-16. The associated North American Industry Classification System (NAICS) code is 524210. The size standard is $6.5M. CLIN Description Quantity 0001 US Government Vehicles (New York) Est. 48 0002 US Government Vehicles (Massachusetts) Est. 30 0003 US Government Vehicles (Michigan) Est. 105 Since this will be an ongoing requirement the Government plans on executing an award with a Base and 4 Option Years. ICE, Office of Investigation has a requirement to provide Canadian Travel Liability Automobile Insurance for Approximately 183 or more Government Vehicles. The (3) three Immigration and Customs Enforcement Offices requiring this coverage are located in New York, Massachusetts and Michigan. All of the Government vehicles are registered in their respective states. These vehicles travel across the border to Canada an estimated 2 to 10 hours a day. The referenced vehicles are used to conduct official business only. At no time are these vehicles involved in any undercover work or to transport suspects, illegal substances, confiscated weapons or hazardous material. This requirement is unrestricted and only qualified offerors may submit quotes. Contract award cannot be made to any contractor not enrolled in the Central Contractor Registration (CCR) program. The CCR website is http://www.ccr.gov. ICE will conduct a streamlined evaluation of the quotations submitted in response to this request for quotations. ICE reserves the right to award the contract without discussions; therefore, any response to this request should contain your best pricing, terms and conditions. The Government intends to make award on the basis of lowest price technically acceptable. The Government contemplates award of a Fixed Price Contract resulting from this solicitation. The period of performance (POP) is from date of award to 12 months. This will be an ongoing requirement and the Government plans on executing an award with a Base and 4 Option Years. The duration of the Base and Option Years will be 12 months each. The full text of the Federal Acquisition Regulation (FAR) clauses may be accessed electronically at http://www.acqnet.gov/far. All Offerors must comply with the following FAR provisions which apply to this acquisition: 52.212-1 Instructions to Offerors - Commercial Items (NOV 2007) 52.212-2 Evaluation-Commercial Items (JAN 1999) 52.212-3 Offeror Representations and Certifications - Commercial Items (NOV 2007) 52.212-4 Commercial Terms and Conditions - Commercial Items (FEB 2007) 52.217-5 Evaluation of Options (JUL 1990) 52.233-2 Service of Protest (SEP 2006) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) The full text of the Federal Acquisition Regulation (FAR) clauses may be accessed electronically at http://www.acqnet.gov/far. All Offerors must comply with the following FAR clauses which apply to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government (SEP 2006) 52.217-5 Evaluation of Options (JUL 1990) 52.217-8 Option to Extend Services (NOV 1999) 52.232-18 Availability of Funds (APR 1984) 52-233-4 Applicable Law for Breach of Contract Claim (OCT 2004) Inquiries and/or Questions: Should be submitted via email murthlyn.samuel@dhs.gov and received no later than 12:00PM, EST, Wednesday, April 9, 2008. Response Due Date: Final offers are due no later than 12:00 PM, EST on April 16, 2008 at the Department of Homeland Security, Immigration & Customs Enforcement, Office of Acquisition Management, 425 I Street NW, Room 2208, Washington, DC 20536. No Solicitation document is available. Electronic submission will be accepted. Quotations may be faxed to (202) 514-3353, Attention: Murthlyn Samuel, or e-mailed to murthlyn.samuel@dhs.gov
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c5416e758be23160751bc31844dd60f8&tab=core&_cview=1)
 
Record
SN01547742-W 20080406/080404221034-c5416e758be23160751bc31844dd60f8 (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.