Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
MODIFICATION

61 -- Electrical Conduit and Wiring Installation

Notice Date
9/4/2012
 
Notice Type
Modification/Amendment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
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, United States
 
ZIP Code
20223
 
Solicitation Number
HSSS01-12-R-0088
 
Archive Date
9/5/2012
 
Point of Contact
David Leonard,
 
E-Mail Address
david.leonard@usss.dhs.gov
(david.leonard@usss.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of amendment 1 to this combined synopsis/solicitation is to extend the due date for proposal submission. Proposals are now due on 04 September 2012 no later than 2:00pm. 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. Proposals are being requested for submission, and a written solicitation will not be issued. Synopsis/solicitation number HSSS01-12-R-0088 is issued as a restricted Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60, effective July 26, 2012. This RFP is issued as a small business, local-area set-aside for small business contractors within the State of New York. The North American Industry Classification System code (NAICS) is 238210, Electrical Contractors and Other Wiring Installation Contractors. The Product Service Code (PSC) is 6150, Miscellaneous Electric Power and Distribution Equipment. The government requires contractor support services for removal of existing conduit and wiring, in addition to design, supply, installation, labeling, and testing of new conduit and wiring. Additional information is provided in the attached Statement of Work (SOW). The anticipated period of performance will be 60 days from the date of purchase order award. The Government intends to award a single, firm-fixed price commercial purchase order for the Department of Homeland Security as a result of this RFP. Purchase order award will be made based on the lowest priced, technically acceptable (LPTA) offer that is received in response to the solicitation. 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. By submitting a response to this solicitation, the vendor will be self-certifying that neither the offeror 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. FORMAT AND SUBMISSION OF PROPOSAL II. PROVISIONS AND CLAUSES III. ADDITIONAL INFORMATION FOR OFFERORS ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ I. FORMAT AND SUBMISSION OF PROPOSAL Part A. Pricing: Offerors shall provide an itemized price proposal that provides separate pricing for the items outlined in the attached pricing detail. Offerors must complete the attached pricing detail in addition to any pricing information that the offeror may wish to submit. There is no page limit for the price proposal. Part B. Offerors shall provide: 1) Name, title, telephone number, fax number, and email address of their 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. (Provision included in full text within attachment) 5) Technical Solution Offerors shall provide their proposal detailing all hardware and equipment requirements to fulfill the requirements of the Statement of Work. Note: Technical proposals shall be limited to 10 pages in length. Price proposals should be provided separately and do not have a page limit. All information should be submitted electronically in either Microsoft Office or Adobe formats. Part C. Following receipt of the information listed in Part B above, the government will evaluate all prospective offerors and make an award based on the lowest priced, technically acceptable offer. An award notification will be emailed directly to all interested parties. All documents required for submission of proposals must be sent to David Leonard via email at david.leonard@usss.dhs.gov. Hard copy or faxed proposals shall not be accepted. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ II. PROVISIONS AND CLAUSES See attachment entitled, "RFP HSSS01-12-R-0088 - Provisions and Clauses" under "packages" within FBO. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ III. ADDITIONAL INFORMATION FOR OFFERORS All questions regarding the solicitation must be emailed to the contract specialist, Mr. David Leonard at David.Leonard@ usss.dhs.gov no later than 31 August 2012 by 12:00 PM EST. The deadline for receipt of proposals is 04 September 2012 by 2:00PM EST. Communications with other officials may compromise the competitiveness of this acquisition and result in cancellation of the requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/HSSS01-12-R-0088/listing.html)
 
Place of Performance
Address: Westchester County New York, United States
 
Record
SN02867091-W 20120906/120905001026-3900e88cc1eda33a8678a23039372a00 (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.