Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2010 FBO #3207
SOLICITATION NOTICE

81 -- Pelican Cases

Notice Date
9/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
316991 — Luggage Manufacturing
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-10-Q-00496
 
Archive Date
9/30/2010
 
Point of Contact
Emily Newman, Phone: (202) 447-5965, Tanya M. Hill, Phone: (202) 447-5511
 
E-Mail Address
Emily.Newman@dhs.gov, Tanya.Hill@dhs.gov
(Emily.Newman@dhs.gov, Tanya.Hill@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This 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; quotes are being requested and a written solicitation will not be issued. The Government intends to award a Firm-Fixed Price Purchase Order under Simplified Acquisition Procedures (SAP) using FAR Part 13. (ii) The solicitation reference number is HSHQDC-10-Q-00496. This requirement is issued as a Request for Quote (RFQ). (iii) This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44. (iv) This solicitation is set aside for small business. The associated North American Industry Classification System (NAICS) code is 316991, and the Small Business size standard is 500 employees. (v) The Contract Line Item Numbers, Items, Quantities, and Units of Measure are: CLIN 0001 - The Contractor shall provide 30 sets of two IM 3075 Storm Cases with precise customized foam interior to house a DHS Personal Identity Verification (PIV) enrollment and issuance workstations (EIWS). QTY: 30 UNIT OF ISSUE: ST UNIT PRICE: $_____ TOTAL: $_____ This is a brand name or equal requirement. The anticipated date for award is September 17, 2010. (vi) Description of Requirements: IM 3075 Storm Cases shall be provided with foam interior customized to fit DHS equipment. Contractors shall conduct a site visit at 3801 Nebraska Ave. NW, Washington, DC 20393 to take measurements of equipment to be housed in the Pelican carrying cases. The site visit shall take place on one day only, Monday, September 13, 2010, from 1:00pm-3:00pm. The point of contact for this site visit will be Josette Capasso, 202-573-1743, or Josette.Capasso@dhs.gov. Case#1: Injection molded shipping container, IM 3075, black with custom foam insert to house Datacard printer, additional ribbons and laminate, tripod and backdrop Case#2: Injection molded shipping container, IM 3075, black with custom foam insert to house Guardian fingerprint scanner, Epson document scanner, Asurtex Blackbox, View Sonic 17" monitor, Cannon camera, APC Power Supply, Power Bricks, cabling, mouse, power cords, Hamster Finger Print Scanner, keyboard, (2) card readers (vii) Date of delivery and acceptance: 10 cases to be delivered within 10 days; total order to be delivered within 30 days. Place of delivery and acceptance: NAC/Bldg 7/Mailstop 0370; 1100 Hampton Park Blvd; Capitol Heights, MD 20743. FOB Destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Offerors' submissions must include the following information: Dun & Bradstreet Number (DUNS); North American Industrial Classification System (NAICS) Code; Contact Name; Contact Email Address; Contact Telephone and Fax Number; Complete Business Mailing Address. Offerors must submit the name and contact information of at least two relevant past performance references. Each quoter shall submit Pricing as a separate document that may include the format shown in section v. (ix) The provision at 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: Technical Capability, Delivery Time, Past Performance, and Price. Technical Capability, Delivery Time, and Past Performance, when combined, are significantly more important than price. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items. The Federal Acquisition Regulation requires offerors to complete Representations and Certifications through the Online Representation and Certification Application (ORCA) at least annually as of January 1, 2005. The offeror is hereby required to complete the ORCA via http://orca.bpn.gov prior to the due date. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None. (xii) The provision at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Additional FAR clauses applicable to this requirement are: The clause at 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.222-3 Convict Labor (JUN 2003); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Feb 2008); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26 Equal Opportunity (MAR 2007); 52.225-1, Buy American Act-Supplies (Feb 2009); 52.225-13, Restrictions on Certain Foreign Purchases (June 2008); 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003). (xiii) The following additional clauses are cited: 52.204-7 Central Contractor Registration (APR 2008); 52.232-1 Payments (APR 1984); 52.243-1 Changes - Fixed Price (AUG 1987); and 52.249-1 Termination for Convenience of the Government (Fixed-Price (Short Form) (APR 1984). Full text of FAR clauses and provisions incorporated by reference can be found at www.acquisition.gov and HSAR Clauses at http://farsite.hill.af.mil/VFHSARA.HTM. (xiv) Rating under the Defense Priorities and Allocations System (DPAS) - N/A. (xv) Any requests for additional information or explanations concerning this RFQ must be received no later than 5:00pm Eastern Daylight Time (EDT) on Wednesday, September 8, 2010. In order to receive responses to questions, offerors must cite the section, paragraph number, and page number. Offers are due no later than 5:00pm EDT on September 15, 2010 and must be submitted electronically (via email) to the individuals noted in section "xvi". A separate solicitation document is not available. (xvi) For more information regarding this solicitation please contact Emily Newman, Contract Specialist, Emily.Newman@dhs.gov or Tanya Hill, Contracting Officer at Tanya.Hill@dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-10-Q-00496/listing.html)
 
Place of Performance
Address: DHS/OSCO/IMD, NAC/Bldg 7/Mailstop 0370, 1100 Hampton Park Blvd, Capitol Heights, Maryland, 20743, United States
Zip Code: 20743
 
Record
SN02267378-W 20100905/100903234847-db0d202b2577e911c33372ea948ad2d0 (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.