Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2009 FBO #2836
MODIFICATION

58 -- Deployable and Fixed Facility Tactical Radio Interoperability Systems

Notice Date
8/28/2009
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-MS, 801 I Street, NW, Suite 910, Washington, District of Columbia, 20536-0001, United States
 
ZIP Code
20536-0001
 
Solicitation Number
HSCEMS-09-R-00025
 
Point of Contact
Jeremy G. Pierre, Phone: 202-732-2649
 
E-Mail Address
jeremy.pierre@dhs.gov
(jeremy.pierre@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Amendment #001 is to change the response due date from 4 September 09 to 18 September 09. The 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; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued as Request for Proposal (RFP) #HSCEMS-09-R-00025. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular. This is an unrestricted solicitation. The NAICS code for this requirement is 334220. Contract line items are listed in Attachment B. The Department of Homeland Security (DHS), Immigration & Customs Enforcement (ICE) intends to award a Firm Fixed Price (FFP) contract for deployable and fixed facility tactical radio interoperability systems in accordance with the Statement of Work (Attachment A). Place of Delivery: FOB Destination Department of Homeland Security Immigration & Customs Enforcement Federal Protective Service Maryland Mega Center Street Address: TBD Suitland, MD 20746 Attn: TBD Equipment delivery shall be within 45 days after contract award The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items applies to this acquisition. The specific evaluation factors to be included in paragraph (a) of that provision are as follows: (A) System Compatibility, (B) Past Performance, and (C) Price. The evaluation shall be conducted in a lowest price technically acceptable manner. (See Attachment C, Section 2, Proposal Evaluation) Offerors are to comply with the requirements in FAR 52.212-3, "Offerors Representations and Certifications - Commercial Items" (See Attachment C, Section 5) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition to include additional clauses identified in Attachment C. This is an open-market combined synopsis/solicitation for supplies as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, ALL offers shall include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Offeror shall list exception(s) and rationale for the exception(s). Proposals shall be submitted via mail, email or hand delivery. If mailing the proposal, it is requested that each offeror provide one (1) original and two (2) copies and one (1) electronic version (compact disk) of your firm's Volume I and Volume II. The Volume II, electronic cost information shall be in a writable format. The CD may contain MS Excel links, but only to spreadsheets that have been submitted as part of the proposal. All MS Excel formulas shall be included in the Excel file. Mailed proposal submissions shall be received no later than September 18, 2009 12:00 Noon (Eastern Daylight Time) at the U.S. Immigration and Customs Enforcement Agency, Office of Acquisition Management/Mission Support Division, 801 I Street, NW, Suite 980, Washington, DC 20536. ATTN: Jeremy Pierre. Vendors shall provide an e-mail notification to Jeremy.Pierre@dhs.gov which provides the date the offer was mailed, the method by which it was mailed (i.e. Fedex, UPS), the tracking number, and the number of boxes that were mailed. This e-mail notification shall not constitute receipt of offers by the Government; it is for information and tracking purposes only. Proposals that are emailed shall be sent to Jeremy.Pierre@dhs.gov, and shall be received by the date and time specified above. Hand deliveries will also be accepted at the address listed above and by the date and time listed above. For hand deliveries, Offerors shall report to the Guards Desk at the above location. Jeremy Pierre shall be contacted upon arrival at (202) 732-2649 for receipt of proposals. Late submissions shall be handled in accordance with the solicitation provision at FAR 52.212-1(f). Faxed offers will not be accepted. All questions regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist, Jeremy Pierre at Jeremy.Pierre@dhs.gov by Wednesday, August 24, 2009, 12:00 Noon (Eastern Daylight Time). Listing of Attachments: Attachment A: Statement of Work Attachment B: Pricing Template Attachment C: Proposal Submission Instructions/Evaluation Factors/Terms & Conditions Attachment D: Past Performance Survey
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-MS/HSCEMS-09-R-00025/listing.html)
 
Place of Performance
Address: Department of Homeland Security, Immigration & Customs Enforcement, Federal Protective Service, Maryland Mega Center, Street Address: TBD, Suitland, Maryland, 20746, United States
Zip Code: 20746
 
Record
SN01932470-W 20090830/090829010534-e4b34ceab0741dd94f68449d5ff45767 (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.