Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2009 FBO #2941
MODIFICATION

84 -- Law Enforcement Badges

Notice Date
12/11/2009
 
Notice Type
Modification/Amendment
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-CR, 801 I STREET, NW, Suite 910, Washington, District of Columbia, 20536, United States
 
ZIP Code
20536
 
Solicitation Number
HSCECR-10-R-00001
 
Archive Date
1/1/2010
 
Point of Contact
Jeremy Jenkins, Phone: 2027322661, Nancy Maples-Remley, Phone: 2027322556
 
E-Mail Address
Jeremy.Jenkins@dhs.gov, nancy.maples-remley@dhs.gov
(Jeremy.Jenkins@dhs.gov, nancy.maples-remley@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Office of Acquisition Management Immigration and Customs Enforcement (ICE) Department of Homeland Security (DHS) 801 I Street, Washington, D C 20536 SUBJECT: Law Enforcement Badges Solicitation Number: HSCECR-10-R-00001 Response Date: December 17, 2009 The purpose of this amendment is to change the response date to 5:00PM eastern time Thursday December 17, 2009 and to request that capabilities statements and past performance references are submitted along with notification of interest in this procurement. Please read below for details. This combined sources sought/synopsis is for information and planning purposes only; it is not to be construed as a commitment by the Government. The Office of Acquisition Management, Immigrations and Customs Enforcement (ICE) anticipates awarding a single award Requirements contract for this requirement for a base period and 4 option periods. The Department of Homeland Security (DHS), Immigration and Customs Enforcement has a requirement for the purchase of law enforcement badges. Below is a list of basic anticipated specifications. These specifications are not guaranteed to be mirrored in the solicitation: ICE OFFICER BADGE SPECIFICATIONS SIZE: Wallet Badge Size (Dimensions) top to bottom = 2.480" +/-.010 side to side at widest = 1.700" +/-.010. Large Badge Size (Dimensions) top to bottom = 3.035" +/-.010 MATERIAL: Badge struck from 12 gauge (.101") material; seal is struck from 14 gauge (.064") material. This Ambronze 425 material is solid gold color throughout and resembles 14K gold finish. ATTACHMENT: Small badge will be fitted with a wallet clip measuring 2" long by ½" wide which is hard soldered to the reverse side of the badge in a vertical position on the center access of the back of the badge. Large badge will be fitted with a 3 piece nickel silver safety catch which will be hard soldered to the back of the badge. COLOR: Will be stoned epoxy for durability, color will be blue and gold. Breast Badge will have the Homeland Security color filled. FINISH: Face of the badges will be hand polished to a brilliant luster and the back of the badges will receive a satin finish. Badges will be coated with a clear baked lacquer to protect the finish. POLISH: Highly polished and degreased PLATING: Finish plating will be 22k gold. PACKAGING: Badges shall be individually wrapped and packaged in sets of two (one large, one small) NUMBERING: All badges are to be numbered in front and color filled. This competitive acquisition is anticipated to be set-aside for Small Business Administration (SBA) certified small businesses. If your company qualifies as a small business in North American Industry Classification System (NAICS) code 332999 and is interested in participating in this requirement please respond with your company information. Interested vendors are requested to provide a technical capabilities statement and past performance references reflecting their experience in providing this requirement. Such statements shall not be longer than three pages in Times New Roman 10 point and the number of past performance references shall limited to three and shall be included in the technical capability statement. Interested vendors who may have a GSA schedule offering badges as part of their GSA schedule (not an open market item) are requested to submit their GSA Schedule coversheet along with the page that displays schedule information for badges. This is not intended to discourage non GSA vendors to respond. It has not been determined at this time that this requirement will be a GSA schedule procurement, therefore, interested vendors that do not have a GSA schedule are encouraged to respond. NOTE: NO QUOTES ARE/WILL BE ACCEPTED AT THIS TIME NO TELEPHONE INQUIRIES WILL BE ACCEPTED In accordance with Far 4.1102 (a) Prospective contractors shall be registered in the CCR database prior to award of a contract or agreement, and FAR 4.1201 - Policy. (a) Prospective contractors shall complete electronic annual representations and certifications at http:// orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database (see FAR 4.1102) which may be accessed at http://www.ccr.gov, and ORCA (https://orca.bpn.gov) prior to award. The entire solicitation if issued on an open market basis, will be issued electronically at the Federal Business Opportunities (FedBizOpps) website, https://www.fbo.gov. Paper copies will not be available. The solicitation, attachments and specifications will only be available by downloading the documents from the FedBizOpps website if a determination is made to solicit on an ‘open market basis". All prospective offerors are responsible for obtaining the solicitation, any amendments or any other information from the FedBizOpps website. It is therefore the contractor's responsibility to check the website for any posted changes to the solicitation, if issued. The projected solicitation issue date is December 2009. The issue date of the solicitation is estimated. No telephone requests will be honored. Please forward all requests and questions to the attention of Jeremy Jenkins, email address: Jeremy.Jenkins@dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-CR/HSCECR-10-R-00001/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, 20536, United States
Zip Code: 20536
 
Record
SN02021995-W 20091213/091211234929-74654d8a8ba2435d933d63313db8393a (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.