Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2009 FBO #2600
DOCUMENT

69 -- FFDO Flight Deck Simulator Units - FDS RFP Package

Notice Date
1/6/2009
 
Notice Type
FDS RFP Package
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Contracts and Procurement, William J. Hughes Technical Center, Atlantic City International Airport, Atlantic City, New Jersey, 08405
 
ZIP Code
08405
 
Solicitation Number
HSTS07-09-R-00006
 
Archive Date
1/31/2009
 
Point of Contact
C. MichelleCarney,, Phone: 609-813-3376, Alisha M. Willis,, Phone: 609.813.3367
 
E-Mail Address
charlotte.m.carney@secureskies.net, alisha.m.willis@secureskies.net
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items. This announcement constitutes the only solicitation; proposals are being requested in accordance with the attachments. The solicitation number is HSTS07-09-R-00006, which is issued as a Request for Proposal (RFP). This requirement will be a SMALL BUSINESS SET ASIDE acquisition with a NAICS code of 333319. The Small Business size standard applicable to this SIC code is 500 employees. The Transportation Security Administration (TSA)-Office of Law Enforcement (OLE), Federal Flight Deck Officer Program (FFDO) has a requirement for flight deck simulators (FDS) to be used for training purposes under the Federal Flight Deck Officer (FFDO) and other TSA OLE training programs. Specifications for all items are located in the attachment. FDS shall be manufactured according to commercial industry standard. The Government intends to award one firm fixed price type contract for a base period of one (1) year and one (1) one year option. Potential quantities for each year/option will not exceed items and quantities listed in Section B – Prices/Costs. There is no minimum obligation associated with the option year. The total value of the contract, inclusive of all option years, will not exceed $600,000.00. The anticipated award of the contract is January 2009. All interested offerors seeking award must be registered in the Central Contractor Registration (CCR) Database, and shall return a copy of their CCR registration along with their proposals by 1:00 PM, ET, on the due date indicated. 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. The solicitation document and incorporated provisions and clauses are those in effect through the following provisions in the FAR. 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://farsite.hill.af.mil/. All items provided under the resulting contract shall be new items. The Government reserves the right to require bid samples of the actual item materials the offeror intends to provide for evaluation purposes, at no cost to the Government. **TO HAVE YOUR PROPOSAL CONSIDERED FOR AWARD, ALL OFFERORS MUST PROVIDE CLEAR EVIDENCE THAT PROPOSED ITEMS EXACTLY MEET THE GOVERNMENT’S SPECIFICATIONS AS SET FORTH HEREIN FOR EACH ITEM. OFFERORS SHALL SPECIFICALLY CONFIRM THAT THEY MEET EACH LISTED REQUIREMENT CONTAINED UNDER THE SPECIFICATIONS FOR EACH ITEM. NO EXCEPTIONS. FAILURE TO PROVIDE THIS INFORMATION WILL RESULT IN A “NON-RESPONSIVE” BID AND REMOVAL FROM AWARD CONSIDERATION. See Certification in Section K. Questions concerning this combined synopsis/solicitation must be furnished in writing by e-mail to: Charlotte.Carney@dhs.gov and to Alisha.Willis@dhs.gov. Your questions must be in writing and be e-mailed in sufficient time to be received by the Contract Specialist(s) on or before Monday, January 12, 2009, 3:00 PM EASTERN TIME. The date and time for the submission of proposals is Friday, January 16, 2009, by 1:00 PM EASTERN STANDARD TIME. Quotes must be sent electronically along with the completed representations and certifications, providing the business size, e-mail address, Dunn and Bradstreet (DUNS) number, CAGE code and Federal Tax ID number and shall reference the RFP Number HSTS07-09-R-00006. Proposals shall be sent to BOTH Ms. Kelly and Ms. Carney via the email addresses provided below. Points of Contact: Grace P. Kelly, Contracting Officer, Phone 609-813-3362, Email Grace.P.Kelly@secureskies.net C. Michelle Carney, Contract Specialist, Phone 609-813-3376, Email Charlotte.Carney@dhs.gov Alisha Willis, Contract Specialist, Phone 609-813-3367, Fax 609-813-3394, Email Alisha.Willis@dhs.gov Full shipping information for ordered units shall be detailed on the awarded contract and FOB Destination must be included in proposal pricing.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=63c8e65fc9713f999eb2d29e311fe197&tab=core&_cview=1)
 
Document(s)
FDS RFP Package
 
File Name: FDS (HSTS07-09-R-00006 FDS Solicitation v1.pdf)
Link: https://www.fbo.gov//utils/view?id=b77daedc3183cc2d2e9554b7785d0706
Bytes: 291.68 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Homeland Security, Transportation Security Administration, Contracts and Procurement, 200 West Parkway Drive, Suite 300, Egg Harbor Twp., New Jersey, 08234, United States
Zip Code: 08234
 
Record
SN01727654-W 20090108/090106220758-63c8e65fc9713f999eb2d29e311fe197 (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.