Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2011 FBO #3666
SOLICITATION NOTICE

26 -- Vehicle - tires

Notice Date
12/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
441320 — Tire Dealers
 
Contracting Office
Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223
 
ZIP Code
20223
 
Solicitation Number
RFQ-300417
 
Archive Date
12/10/2011
 
Point of Contact
Jeannie Coratolo, Phone: (202) 406-6794
 
E-Mail Address
jeannie.coratolo@usss.dhs.gov
(jeannie.coratolo@usss.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
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. Synopsis/solicitation number RFQ-300417 is issued as a Request for Quote (RFQ) through Federal Acquisition Circular 05-54. This requirement is 100% set-aside for small business concerns. The North American Industry Classification System (NAICS) is 441320, with a small business size standard of $7.0 Mil. The Government intends to award a Fixed Price Blanket Purchase Agreement Not to Exceed $16,000 for Year I, and Not to Exceed $16,000 for Year II. Potential offerors are hereby notified that the solicitation and subsequent amendments to the solicitation will only be available by downloading the documents at the Federal Business Opportunities Website at http://www.fbo.gov. This office will not issue hard copy solicitations. By submitting a quote, the vendor will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. This Solicitation is comprised of: I. CONTRACT LINE ITEM (CLIN) SPECIFICATIONS II. FORMAT AND SUBMISSION OF PROPOSAL III. EVALUATION FACTORSIV. PERIOD OF PERFORMANCE V. PROVISIONS AND CLAUSES VI. ADDITIONAL INFORMATION FOR OFFERORS ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ I. CONTRACT LINE ITEM (CLIN) SPECIFICATIONS CLIN 0001: Goodyear Eagle RS/A 225/60V R18 OR EQUAL for Dodge Chargers CLIN 0002: Goodyear Wrangler LT 245/75 R16 OR EQUAL for Chevrolet Suburban CLIN 0003: Goodyear Eagle RS/A 225/60 R16 OR EQUAL for Ford Crown Victoria CLIN 0004: Goodyear Eagle RS/A 235/55 R17 OR EQUAL for Ford Crown Victoria CLIN 0005 Goodyear Radial/LS LT 235/60 R17 OR EQUAL for Cadillac Armored Limo Delivery is FOB destination to: 9200 Powder Mill Rd. Route 2, Laurel MD., 20708 ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ II. FORMAT AND SUBMISSION OF PROPOSAL Part A. Pricing and Availability - The offeror shall provide an FOB Destination "each" price for CLIN 0001 through CLIN 0005 Year I Pricing Period. Offerors must also include pricing as "each" for CLIN 0001 through CLIN 0005 for Year II Pricing Period (December 12, 2012 through December 11, 2013) DELIVERY MUST BE MADE WITHIN 10 BUSINESS DAYS FROM RECEIPT OF BPA CALL. Offerors shall include estimated delivery time frame from receipt of order. Offerors which fail to meet the delivery timeframe of 10 business days from receipt of order shall be excluded from this competitive requirement. Part B. The Offeror shall provide: 1) Name, title, telephone number, fax number, and email address of the point of contact. 2) Nine-digit DUNS. The DUNS is used to verify that the vendor is in CCR. By submitting a proposal, the Offeror acknowledges the Government requirement to be in the Central Contractor Registration (CCR) database prior to award of any contract. Information about CCR may be found at www.ccr.gov. 3) Nine-digit TIN. The Taxpayer Identification Number is necessary for electronic payment. 4) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. If you have completed the annual representations and certifications electronically through ORCA at http://orca.bpn.gov, then provide a statement as such and it will be verified. Part C. Documents: If submitting quote for an "or equal" product, brochures and product literature inclusive of specifications allowing for a comparative analysis must be provided. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ III. EVALUATION FACTORS The Government will award a Blanket Purchase Agreement resulting from this solicitation to the responsible offeror whose offer is the lowest price technically acceptable. In order to be considered technically acceptable, the offeror must be active in the Central Contractor Registry (CCR) and shall submit quotes for items deemed technically equivalent. Further, offerors must be capable of delivery of all tires within 10 business days of each BPA call. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ IV. PERIOD OF PERFORMANCE The United States Secret Service intends on awarding a Blanket Purchase Agreement for the length of two (2) years. The Period of Performance shall be the following: (Dates may vary slightly) December 12, 2011 through December 11, 2012 - Year I December 12, 2012 - December 11, 2013 - Year II ~~~~~~~~~~~~~~~~~~~~~~~~~~~~ V. PROVISIONS AND CLAUSES FAR contract clauses may be accessed electronically at this address: Federal Acquisition Regulation (FAR): www.acquisition.gov/far FAR 52.204-7 Central Contractor Registration FAR 52.211-6 Name Brand Or Equal FAR 52.212-1 Instructions to Offerors--Commercial Items FAR 52.212-2 Evaluation--Commercial Items. Award will be based on: (1) technical acceptability, and (2) price. FAR 52.212-3 Offerors Representations and Certifications--Commercial Items FAR 52-212-4 Contract Terms and Conditions--Commercial Items FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items. Under (b) the following clauses are applicable: FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR.225-1 Buy American Act - Supplies (FEB 2009), FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.232-19 Subject to the Availability of Fund for the next Fiscal Year FAR 52.252-2 Clauses Incorporated by Reference USSS 3052.204-90 Unauthorized Use of the U.S. Secret Service Name, USSS 3052.213-90 Terms and Conditions of Blanket Purchase Agreement (BPA) VI. ADDITIONAL INFORMATION FOR OFFERORS Questions regarding the solicitation must be emailed to Jeannie Coratolo at jeannie.coratolo@usss.dhs.gov. The deadline for receipt of proposals is Friday, December 9, 2011 AT 9:00 AM EST. All documents required for submission of quote must be sent to Jeannie Coratolo via email to jeannie.coratolo@usss.dhs.gov. Hard copy or faxed proposals shall not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/RFQ-300417/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, United States
 
Record
SN02633993-W 20111208/111206234123-c13ca96dac76b6f1bfeebe57280e52d3 (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.