Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2011 FBO #3540
SOLICITATION NOTICE

70 -- Forensic PC Ultimate Write Block Kits - Salient Characteristics

Notice Date
8/2/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-MD, 7701 N. Stemmons, Dallas, Texas, 75247, United States
 
ZIP Code
75247
 
Solicitation Number
HSCEMD-11-Q-00023
 
Archive Date
8/16/2011
 
Point of Contact
James G. Williams, Phone: 2149055451
 
E-Mail Address
james.g.williams1@dhs.gov
(james.g.williams1@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Salient Characteristics of products This is a combined synopsis /solicitation for commercial items prepared in accordance with the format in Federal Acquisition (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. The solicitation number is HSCEMD-11-Q-00023 and is issued as a Request for Quote (RFQ) under FAR 13.5. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. This procurement is 100% Small-Business set-aside. The associated North American Industry Classification System (NAICS) code is 334111. The size standard in number of employees is 1000. INSTRUCTIONS Interested Offerors must submit a completed quote with pricing for all the CLINs listed. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition with the following ADDENDUM: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers. All responses shall include the following information: 1. Technical Acceptability : Offerors shall submit documentation detailing the salient characteristics of the quoted items. Salient characteristics must demonstrate items ability to meet or exceed the acceptable standards. Acceptable standards for items are detailed in the attached Salient Characteristic document. 2. Price: Offerors shall quote a firm-fixed price pricing structure. Offerors should quote a price for each CLIN. CLIN 0001: 20 ea, Forensic PC Ultimate Write Block Kits; ea $ _____ Total______ CLIN 0002: 1 ea, Shipping Total ______ Total Price Quoted _______ 3. Past Performance: As stated in FAR 52.212-1, Offerors shall submit recent and relevant past performance information. Past performance refers to the Offeror’s demonstrated record of quality and contract compliance in providing the supply that meet users’ needs including price and delivery schedule. Past performance information will be obtained on the relevant /similar current or past contracts. The Government can use past performance information obtained from the Government wide Past Performance Information Retrieval System (PPIRS), other agencies or personal knowledge. Reps/Certs Offerors shall provide a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certification Commercial Items (March 2011), with its offer (for the full text please see https://www.acquisition.gov/far/index.html). EVALUATION The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this acquisition. Evaluation -- Commercial Items (Jan 1999) Tailored (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made on the basis of the lowest price technically acceptable offeror meeting or exceeding the acceptability standards for non-cost factors. The following factors shall be used to evaluate offers: 1.Technical Acceptability 2.Price 3.Past Performance Each offer will be rated using the evaluation criteria outlined in the Request for Quote (RFQ) and restated in this plan. The Government is not obligated to evaluate any proposal that fails to include all the documents and information specified in the RFP. Offerors who submit incomplete quotes or rated unacceptable will be eliminated from further consideration without evaluation of their price. Technical Acceptability The Technical Acceptability Factor is comprised of reviewing the salient characteristics of the items submitted by the offeror for acceptability of meeting or exceeding the acceptability standards for non-cost factors. Offerors will be assigning ratings of Acceptable or Unacceptable based on the items quoted meeting or exceeding the acceptable standards. Offeror’s submitted documentation detailing the salient characteristics of the quoted items will be evaluated to determine if the proposed items meet or exceed the required acceptable standards. Only offerors who are rated acceptable will be considered for award. Price Pricing will be reviewed for consistency, completeness, accuracy, and price reasonableness. Offerors that do not propose a price for every line item will be considered unacceptable and thus precluded from receiving an award. The submitted quote will be checked for the pricing of each item, the description of the item, and the quantity of items. Any missing data may make the offeror unacceptable and ineligible for award. An offeror’s proposed prices will be determined by multiplying the quantity of item by the unit price to confirm the extended amount. The extended amounts will be added together to determine the total evaluated price. The CO may send relevant requests for clarification, in writing, to the Offeror(s). The CO may also request clarification of information contained in the pricing or any other aspect of the quote. All clarification requests will require a written response from the Offeror within the time frames established by the CO. Responses to clarification questions will not be considered “discussions”. Past Performance Past Performance will be rated acceptable or unacceptable. This determination will be made by reviewing past performance information submitted by the Offeror, the Government wide past Performance Information Retrieval System (PPIRS), the Excludes Parties List System (EPLS), and/or any other basis as defined by FAR 13.106-2. If Offeror has a rating below satisfactory in the PPIRS database, is listed on EPLS, or has derogatory information discovered in relationship to their performance on a previous contract, the Offeror will be considered unacceptable. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror(s) within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Clauses The clause at FAR 52.212-4 Contract Terms and Conditions, Commercial Items (Jun 2010) Addenda clauses below are incorporated by reference: The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (AUG 2011), applies to this acquisition. The following clauses are applicable under paragraph (a): 52.233-3, Protest After Award (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) The following clauses are applicable under paragraph (b): 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) 52.209-6, Protecting the Government’ Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.219-6, Notice of Total Small Business Aside (Nov 2003) 52.219-28, Post Award Small Business Program Representation (Apr 2009) 52.222-3, Convict Labor (June 2003) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct. 2003) The following clauses are incorporated by reference (full text can be accessed at: http://www.dhs.gov/xopnbiz/regulations/ 3052.242-72 Contracting Officer's Technically Representative (Dec 2003). Point of Contact for this Solicitation Please email questions and quotes to: James G. Williams james.g.williams1@dhs.gov Quotes must be submitted prior to closing, Thursday, 10 Aug, 2011 at 3:00pm CST to be considered. All future information about this acquisition, including solicitation and/or amendments will be distributed solely through the Federal Business Opportunities website at www.fedbizopps.gov. Interested parties are responsible for monitoring this site to ensure receipt of the most-up-to-date information regarding this acquisition. All Contractors doing business with the Federal Government must be registered in the Central Contractor Registration (CCR) database. The website for this registration is www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-MD/HSCEMD-11-Q-00023/listing.html)
 
Record
SN02518656-W 20110804/110802235243-fdb195df7832caa2fcd48e61ce3e8430 (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.