Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2013 FBO #4075
SOLICITATION NOTICE

Q -- Dosimetry Badges - RFQ

Notice Date
1/18/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-CR, 801 I STREET, NW, Suite 910, Washington, District of Columbia, 20536, United States
 
ZIP Code
20536
 
Solicitation Number
HSCECR-13-Q-00012
 
Archive Date
2/19/2013
 
Point of Contact
William J Quigley, Phone: 2027322120, Elizabeth C. Heitz, Phone: 2027322512
 
E-Mail Address
william.quigley1@dhs.gov, Elizabeth.Heitz@dhs.gov
(william.quigley1@dhs.gov, Elizabeth.Heitz@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ-Dosimetry Badges and service (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 solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-64, effective December 21, 2012. This procurement is being issued as a 100% SMALL BUSINESS SET-ASIDE IAW FAR 19.502 (a). The North American Industry Classification System (NAICS) code is 621511 and the small business size standard 13.5 (ii) Immigrations and Customs Enforcement (ICE) is seeking sources for Dosimetry services in accordance with Statement of Work (see attached). The contract will be a firm-fixed unit price agreement. Quote should include all charges. (iii) The provision at 52.212-1, Instructions to Offerors - Commercial and 52.212-2, Evaluation -- Commercial Items, 52.212-4 Contract terms and conditions applies. (iv) 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items to include clauses 52.203-6,Restrictions on Subcontrator Sales to the Government, with Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligibile Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. (v) 52.252-2, Clauses Incorporated by Reference to include, clauses 52.203-12, Limitation on Payments to Influence Certain Federal Transactions; 52.204-7, Central Contractor Registration with 252.204-7004 ALT; 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.232-17, Interest; 52.242-13, Bankruptcy; 52.247-34, F.O.B. Destination; 252.204-7003, Control of Government Personnel Work Product; 252.243-7001, Pricing of Contract Modifications. (vi) 52.204-9, Personal Identity Verification of Contractor Personnel, effective 01 Sep 2007, the Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201. 52.204-8, Annual Representations and Certifications, effective 01 Feb 2009, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. All prospective contractors submitting an offer in response to the subject solicitation must go to https://orca.bpn.gov/ to add or update its ORCA record. All responsive offerors will be considered by the agency. (vii) The successful contractor will be selected using FAR 13 procedures, resulting in the award of a contract to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. Price and past performance will be considered. See SOW for details. (viii) Offers must be valid for a minimum of 30 days (90 days preferred). Electronic quotes will be accepted at William.Quigley@ice.dhs.gov. Fax quotations will be accepted at 202-732-7446. All prospective offerors interested in submitting a quote must include company name, mailing address, point of contact, phone number, e-mail address, and business status. (x) Quotes are due no later than February 4, 2013 at 1:00 PM EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-CR/HSCECR-13-Q-00012/listing.html)
 
Place of Performance
Address: Nationwide-Please see SOW., United States
 
Record
SN02969200-W 20130120/130118234842-56149e7f0957d92dead26a85e670510e (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.