Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2011 FBO #3584
SOLICITATION NOTICE

99 -- Electric Vehicle Charging Station - Package #1

Notice Date
9/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-11-Q-00438
 
Archive Date
10/1/2011
 
Point of Contact
Sang Han, Phone: 2024470558, Sheri Brooks, Phone: 202-447-5574
 
E-Mail Address
sang.han@dhs.gov, sheri.brooks@dhs.gov
(sang.han@dhs.gov, sheri.brooks@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
ATTACHMENT A 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 quotation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation reference number is HSHQDC-11-Q-00438. This requirement is issued as a Request for Quotation (RFQ). (iii) This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. (iv) This solicitation is not set aside for small business. The associated North American Industry Classification System (NAICS) code is 339999, and the Small Business size standard is 500 numbers of employees. (v) The Contract Line Item Numbers, Items, Quantities, and Units of Measure are: See Attachment A. (vi) The contract shall provide for one (1) charging station for plug-in hybrid electric vehicles. See "Attachment A" for exact specifications. (vii) Date and Place of delivery and acceptance and FOB: To be determined at the time of award. Place of delivery and acceptance: Washington DC. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addendum has been attached to this provision: Contractors must address each of the technical requirements outlined in "Attachment A". Contractors' 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. Contractors must submit the name and contact information of at least two recent and relevant past performance references. Recent is identified as within the last three (3) years. Each Contractor shall submit pricing in accordance with specifications set forth on "Attachment A". (ix) The provision at 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The contract will be awarded on a Lowest Price Technically Acceptable basis. Vendors will be evaluated based on their adherence to the requirements set forth in "Attachment A". (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 response 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 52.203-6 Restrictions on Subcontractor Sales to the Government - Alt. I (OCT 1995), 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters (DEC 2008), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Item (AUG 2011); 52.217-8 Option to Extend Services (NOV 1999), 52.217-9 Option to Extend the Term of the Contract (Mar 2000); 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003), 52.222-3 Convict Labor (JUN 2003), 52.222-19, Child Labor - Cooperation with Authorities and Remedies (JUL 2010), 52.222-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007); 52.222-35 Equal Opportunity for Veterans (SEP 2010), 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010); 52.222-37 Employment Reports Veterans (SEPT 2010); 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); 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation (May 2011); Full text of FAR clauses and provisions incorporated by reference can be found at www.arnet.gov and HSAR Clauses at http://farsite.hill.af.mil/VFHSARA.HTM (xiv) Rating under the Defense Priorities and Allocations System (DPAS) - NA (xv) Offers are due no later than Friday, September 16, 2011 at 1:00pm (EST) 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 Sang Han, Contract Specialist, (202) 447-0558 / sang.han@dhs.gov or Sheri Brooks, Contract Specialist at (202) 447-5574 / sheri.brooks@hq.dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-11-Q-00438/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, United States
 
Record
SN02579135-W 20110917/110916000908-cb9d1d6693a9fb3641d8759a12dfded8 (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.