SOLICITATION NOTICE
71 -- Laptop Tables - REPS & CERTS
- Notice Date
- 3/3/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337211
— Wood Office Furniture Manufacturing
- Contracting Office
- Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 20598, United States
- ZIP Code
- 20598
- Solicitation Number
- HSTS05-11-Q-OOP005
- Archive Date
- 3/12/2011
- Point of Contact
- Trevor Edwards, Phone: 571-227-3621
- E-Mail Address
-
trevor.edwards@dhs.gov
(trevor.edwards@dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- SOW REPS & CERTS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Firm Fixed price quotations are being requested. The solicitation number is HSTS05-11-Q-OOP005 and is issued as a Request for Quotes (RFQ) unless otherwise indicated herein. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-47. This acquisition is 100% set aside for small business concerns. The NAICS code is 337211 and the Small Business Standard is 500 employees. The proposed contract action is for commercial supplies. This request for quote is a request for competitive quotations. All quotations received by the closing response date will be considered by the Government. The Government anticipates awarding a Purchase Order for these items. The Transportation Security Administration requests quotes for the following items: Item Quantity Unit Laptop Tables 75 EA Delivery of these items will be made to: 6500 South MacArthur Blvd Room 147 Systems Training Building Oklahoma City, Oklahoma 73169. APPLICABLE DOCUMENTS 1. Attachment 1 - Commercial Item Representations and Certifications - FAR 52.212-3 2. Attachment 2 - Statement of Work Submission of Invoices (February 2006) (a) The Transportation Security Administration (TSA) partners with the United States Coast Guard Finance Center for financial services in support of TSA operations, including the payment of contractor invoices. Therefore, all contractor invoices must be submitted to, and will be paid by, the U.S. Coast Guard Finance Center (FinCen). (b) Invoices may be submitted via U.S. Mail, electronic mail, or facsimile. Contractors shall utilize ONLY ONE method per invoice submission. The submission information for each of the three methods is as follows: (1) U.S. Mail : United States Coast Guard Finance Center TSA Commercial Invoices P.O. Box 4111 Chesapeake, VA 23327-4111 (2) Electronic Mail : FIN-SMB-TSAINVOICES@uscg.mil (3) Facsimile : 757-413-7314: Facsimile submissions should be addressed to TSA Invoices. Submit only one copy of the invoice. If an invoice is faxed or e-mailed, do not mail a copy of the same invoice. It is the contractor’s responsibility to confirm receipt of an invoice e-mailed or faxed to the Finance Center (FinCen). Please note that the e-mail address above is not intended to answer questions regarding the status of invoices or to confirm receipt. For inquiries regarding the status of invoices, please call Customer Service Staff at 757-523-6940 or visit the FinCen web page at https://www.fincen.uscg.mil/secure/payment.htm (c) T he electronic mail address and facsimile number listed above shall be used by contractors for ORIGINAL invoice submission only. If either electronic mail or facsimile submission is utilized, contractors shall not submit hard copies of invoices via the U.S. mail. It is the responsibility of the contractor to verify that invoices are received, regardless of the method of submission used. Contractors may inquire regarding the receipt of invoices by contacting the U.S. Coast Guard Finance Center via the methods listed in subparagraph (e) of this clause. (d) Upon receipt of contractor invoices, FinCen will electronically route invoices to the appropriate TSA Contracting Officer’s Technical Representative and/or Contracting Officer for review and approval. Upon approval, the TSA Contracting Officer will electronically route the invoices back to FinCen. Upon receipt of approved invoices from a TSA Contracting Officer, and the subsequent certification by an Authorized Certifying Official, FinCen will initiate payment of the invoices. (e) Payment Status : Contractors may inquire on the payment status of an invoice by any of the following means: (1) Via the internet: https://www.fincen.uscg.mil/secure/PH_menu.htm · Contacting the FinCen Customer Service Section via telephone at (757) 523-6940 (Voice Option #1). The hours of operation for the Customer Service line are 8:00 AM to 5:00 PM Eastern Time, Monday through Friday. However, the Customer Service line has a voice-mail feature that is available 24 hours per day, 7 days per week. (3) Via the Payment Inquiry Form https://www.fincen.uscg.mil/secure/payment.htm (End of Clause) Preparation of Invoices (May 2006) Note: Contractor may invoice per CLIN following receipt of services. (a) Invoices shall include the information required in subparagraph (a)(2) of the Prompt Payment Clause, contained in this Section of the Contract, including EFT banking information, Taxpayer Identification Number (TIN), and DUNS number. (b) Invoices that fail to provide the information required by the Prompt Payment Clause may be rejected by the Government and returned to the Contractor. Such rejection by the Government does not entitle the Contractor to interest payments from the date of submission of a rejected invoice. Interest payments apply only to proper invoices that are received by the Government. (c) Supplemental Invoice Documentation: Contractors shall submit all supplemental invoice documentation (e.g. copies of subcontractor invoices, travel vouchers, etc) necessary to approve an invoice along with the original invoice. The Contractor invoice must contain the information stated in the Prompt Payment Clause in order to be received and processed by FinCen. Supplemental invoice documentation required for review and approval of invoices may, at the written direction of the Contracting Officer, be submitted directly to either the Contracting Officer, or the Contracting Officer’s Technical Representative. (End of Clause) Contract Management Notwithstanding the Contractor’s responsibility for total management responsibility during the performance of this contract, the administration of the contract will require maximum coordination between the Transportation Security Administration (TSA) and the Contractor. The following individuals will be the TSA’s points of contact during the performance of the contract: Contracting Officer (CO) : The TSA Contracting Officer (CO) identified below, has the overall responsibility for this contract. The CO alone, without delegation, is authorized to take actions on behalf of the Government to amend, modify or deviate from the contract terms, conditions, and requirements. No oral statement by any person, or written statement by anyone other than the Contracting Officer, or his or her authorized representative acting within the scope of his or her authority, shall be interpreted as modifying the terms and conditions of this Contract. The CO may delegate certain other responsibilities to his/her authorized representatives or Contracting Officer Technical Representative (COTR). Melany Pollock U.S. Department of Homeland Security Transportation Security Administration Office of Acquisition W10-133S, TSA-25 701 South 12th Street Arlington, VA 22202-4220 E-mail: Melany.Pollock@dhs.gov Phone: 571-227-3860 Contracting Officer’s Technical Representative (a) The Contracting Officer may designate other Government personnel (known as the Contracting Officer's Technical Representative) to act as his or her authorized representative for contract administration functions which do not involve changes to the scope, price, schedule, or terms and conditions of the contract. The designation will be in writing, signed by the Contracting Officer, and will set forth the authorities and limitations of the representative(s) under the contract. Such designation will not contain authority to sign contractual documents, order contract changes, modify contract terms, or create any commitment or liability on the part of the Government different from that set forth in the contract. (b) The Contractor shall immediately contact the Contracting Officer is there is any question regarding the authority of an individual to act on behalf of the Contracting Officer under this contract. The COTR for this contract is: Laura Pickering IT Specialist/Training Coordinator/IT POC TSA Security Enforcement Training Academy Oklahoma City 405-954-6033 laura.pickering@dhs.gov Contract Clauses and Provisions: The following clauses/provisions are hereby incorporated by references: FAR 52.212-1 Instructions to Offerors (JUN 2008) FAR 52.212-4 Contract Terms and Conditions – Commercial Items (JUN 2010) The full texts of the following clauses/provisions are hereby incorporated: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2011) (a) The Contractor shall comply with the following Federal Acquisition Regulation ( FAR ) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the <img src="file:///C:/DOCUME~1/TREVOR~1.EDW/LOCALS~1/Temp/msohtmlclip1/01/clip_image001.gif" border="0" alt="" width="13" height="9" /> FAR <img src="file:///C:/DOCUME~1/TREVOR~1.EDW/LOCALS~1/Temp/msohtmlclip1/01/clip_image002.gif" border="0" alt="" width="13" height="9" /> clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] ü (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). ü (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) 52.204-11, American Recovery and Reinvestment Act—Reporting Requirements (Jul 2010) (Pub. L. 111-5). ü (6) 52.209-6, Protecting the Government’ Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). (Applies to contracts over $30,000). (Not applicable to subcontracts for the acquisition of commercially available off-the-shelf items). ___ (7) 52.219-3, Notice of Total HUBZone Set-Aside or Sole-Source Award (Jan 2011) (15 U.S.C. 657a). ___ (8) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (9) [Reserved] ü (10) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-6. ___ (iii) Alternate II (Mar 2004) of 52.219-6. ___ (11) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. ___ (12) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). ___ (13) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637 (d)(4).) ___ (ii) Alternate I (Oct 2001) of 52.219-9. ___ (iii) Alternate II (Oct 2001) of 52.219-9. ___ (iv) Alternate III (July 2010) of 52.219-9. ___ (14) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). ___ (15) 52.219-16, Liquidated Damages—Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (16) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ___ (ii) Alternate I (June 2003) of 52.219-23. ___ (17) 52.219-25, Small Disadvantaged Business Participation Program—Disadvantaged Status and Reporting (Apr 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (18) 52.219-26, Small Disadvantaged Business Participation Program—Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (19) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). ü (20) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). ü (21) 52.222-3, Convict Labor (June 2003) (E.O. 11755). ___ (22) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). ü (23) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). ü (24) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). ü (25) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). ü (26) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). ü (27) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). ___ (28) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). ___ (29) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ___ (30) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (31) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (32) (i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). ___ (ii) Alternate I (Dec 2007) of 52.223-16. ü (33) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (E.O. 13513). ü (34) 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d). ___ (35) (i) 52.225-3, Buy American Act –Free Trade Agreements – Israeli Trade Act (Jun 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-301, 109-53, 109-169, 109-283, and 110-138). ___ (ii) Alternate I (Jan 2004) of 52.225-3. ___ (iii) Alternate II (Jan 2004) of 52.225-3. ___ (36) 52.225-5, Trade Agreements (Aug 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ü (37) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (38) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (39) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ü (40) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). ___ (41) 52.232.30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). ü (42) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). ___ (43) 52.232-34, Payment by Electronic Funds Transfer—Other Than Central Contractor Registration (May 1999) (31 U.S.C. 3332). ___ (44) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). ___ (45) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ___ (46) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). ___ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the <img src="file:///C:/DOCUME~1/TREVOR~1.EDW/LOCALS~1/Temp/msohtmlclip1/01/clip_image001.gif" border="0" alt="" width="13" height="9" /> FAR <img src="file:///C:/DOCUME~1/TREVOR~1.EDW/LOCALS~1/Temp/msohtmlclip1/01/clip_image002.gif" border="0" alt="" width="13" height="9" /> clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: [ Contracting Officer check as appropriate.] ___ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq. ). ___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq. ). ___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). ___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq. ). ___ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq. ). ___ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq. ). ___ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). ___ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in <img src="file:///C:/DOCUME~1/TREVOR~1.EDW/LOCALS~1/Temp/msohtmlclip1/01/clip_image001.gif" border="0" alt="" width="13" height="9" /> FAR <img src="file:///C:/DOCUME~1/TREVOR~1.EDW/LOCALS~1/Temp/msohtmlclip1/01/clip_image002.gif" border="0" alt="" width="13" height="9" /> Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any <img src="file:///C:/DOCUME~1/TREVOR~1.EDW/LOCALS~1/Temp/msohtmlclip1/01/clip_image001.gif" border="0" alt="" width="13" height="9" /> FAR <img src="file:///C:/DOCUME~1/TREVOR~1.EDW/LOCALS~1/Temp/msohtmlclip1/01/clip_image002.gif" border="0" alt="" width="13" height="9" /> clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause— (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of <img src="file:///C:/DOCUME~1/TREVOR~1.EDW/LOCALS~1/Temp/msohtmlclip1/01/clip_image001.gif" border="0" alt="" width="13" height="9" /> FAR <img src="file:///C:/DOCUME~1/TREVOR~1.EDW/LOCALS~1/Temp/msohtmlclip1/01/clip_image002.gif" border="0" alt="" width="13" height="9" /> clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq. ) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of <img src="file:///C:/DOCUME~1/TREVOR~1.EDW/LOCALS~1/Temp/msohtmlclip1/01/clip_image001.gif" border="0" alt="" width="13" height="9" /> FAR <img src="file:///C:/DOCUME~1/TREVOR~1.EDW/LOCALS~1/Temp/msohtmlclip1/01/clip_image002.gif" border="0" alt="" width="13" height="9" /> clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of <img src="file:///C:/DOCUME~1/TREVOR~1.EDW/LOCALS~1/Temp/msohtmlclip1/01/clip_image001.gif" border="0" alt="" width="13" height="9" /> FAR <img src="file:///C:/DOCUME~1/TREVOR~1.EDW/LOCALS~1/Temp/msohtmlclip1/01/clip_image002.gif" border="0" alt="" width="13" height="9" /> clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) Evaluation FAR 52.212-2 Evaluation—Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: · Delivery · Price (price shall be inclusive of shipping) Submission The contractor must provide product literature, along with pricing, completed commercial items representations and certifications (FAR 52.212-3) attached. All submissions must be received on or before Friday, March 11, 2011 at 9:00 a.m. Eastern Daylight Time (EDT) in order to be considered for award. Submissions shall be delivered electronically to Trevor.Edwards@dhs.gov : Quotations shall be clearly marked: HSTS05-11-Q-OOP005 as the subject when submitted via email. It is incumbent upon your firm to verify receipt. Any questions concerning this RFQ must be submitted in writing via e-mail to the Contracting Specialist. Questions shall be submitted via email to trevor.edwards@dhs.gov no later than Tuesday, March 8, 2011, at 10:00 a.m. EDT.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS05-11-Q-OOP005/listing.html)
- Place of Performance
- Address: 6500 South MacArthur Blvd, Room 147 Systems Training Building, Oklahoma City, Oklahoma, 73169, United States
- Zip Code: 73169
- Zip Code: 73169
- Record
- SN02392189-W 20110305/110303234222-8aead9ba38f38b22494dc216b8f382f1 (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 |