SOLICITATION NOTICE
10 -- Flash Bangs and Smoke Grenades - Package #1
- Notice Date
- 8/26/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325920
— Explosives Manufacturing
- 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
- HSSS01-14-Q-0373
- Point of Contact
- Greg Anderson, Phone: 202.406.6799
- E-Mail Address
-
gregory.anderson@usss.dhs.gov
(gregory.anderson@usss.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Spreadsheet for Flash bangs and Smoke Grenades This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. A subsequent solicitation document will not be issued. This requirement is for Brand Name or equal equipment. The U.S. Secret Service intends to purchase various models of Flash Bangs and Smoke Canisters (as listed on Attachment 1). Brand name (OEM) items. Final delivery and location will be provided at time of award. Delivery of the required parts shall be more than three months after award of the Purchase Order. The prospective offeror shall bid all items listed in order to be considered acceptable to the government. The government intends to a single order as a result of the Solicitation. Selection of awards will be based on lowest priced technically acceptable. COMMERCIAL CLAUSES CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE: 52.204-7 System for Award Management (JUL 2013) 52.212-4 Contract Terms and Conditions-Commercial Items. (May 2014) USSS 3052.209-70 - Prohibition on contracts with corporate expatriates. (JUN 2006) DHS 3052.209-79 Representation by Corporations Regarding a Felony Criminal Violation under any Federal or State Law or Unpaid Federal Tax Liability. (FEB 2014) (DHS FAR CLASS DEVIATION 14-02) CLAUSES AND PROVISIONS INCORPORATED BY FULL TEXT: 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. (May 2014) 52.217-7 Option for Increased Quantity -- Separately Priced Line Item (MAR 1989) 52.252-2 Clauses Incorporated by Reference. (FEB 1998) USSS 3052.204-90 Unauthorized Use of the U.S. Secret Service Name 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. (May 2014) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] _x__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). __x_ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). _x__ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). __x_ (28) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _x__ (29) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). _x__ (30) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _x__ (31) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _x__ (32) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). _x__ (33) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). _x__ (34) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). _x__ (35) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _x__ (36) 52.222-54, Employment Eligibility Verification (Aug 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) _x__ (41) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (May 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). (xi) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xii) 52.222-54, Employment Eligibility Verification (Aug 2013). (xiii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xv) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 52.217-7 Option for Increased Quantity -- Separately Priced Line Item (MAR 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within [insert in the clause the period of time in which the Contracting Officer has to exercise the option]. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of Clause) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): Federal Acquisition Regulation (FAR):... www.arnet.gov/far Homeland Security Acquisition Regulation (HSAR):... http://www.dhs.gov/dhspublic/interapp/editorial/editorial_0419.xml (End of clause) U.S. Secret Service Name In accordance with 18 U.S.C. 709, any contractor, except with the written permission of the Director of the U.S. Secret Service, who knowingly uses the words "Secret Service", "Secret Service Uniformed Division", "U.S.S.S.", "U.D." or any colorable imitation or such words or initials, in connection with or as a part of any advertisement, circular, book, pamphlet or other publication, play, motion picture, broadcast, telecast, other production, product or item, in a manner reasonably calculated to convey the impression that such advertisement, circular, book, pamphlet or other publication, product, or item, is approved, endorsed, or authorized by or by associated in any manner with, the U.S. Secret Service or the U.S. Secret Service Uniformed Division shall be punishable as follows: a corporation, partnership, business trust, association, or other business entity, by a fine under this title; an officer or member thereof participating or knowingly acquiescing in such violation or any individual violating this section, by a fine under this title or imprisonment for not more than one year, or both. (End of clause) These FAR Provisions and Clauses may be accessed via the world wide web at: http://www.arnet.gov/far/, www.dhs.gov. Telephone requests for copies of FAR Provisions and/or Clauses will not be accepted. All responses shall be submitted via email to gregory.anderson@usss.dhs.gov. Any other type of submission of responses shall not be accepted. At a minimum, responsible sources shall provide the following: a price proposal on letterhead which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, delivery time, payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code, and ORCA record. The submitted offer shall also state that the items quoted meet all of the minimum requirements listed above in this solicitation. Responses to this solicitation are due by no later than 02 September 2014, 0900 hours, EST. Offers shall be emailed to gregory.anderson@usss.dhs.gov. Reference requisition number #440630 on your proposal. This requirement is unrestricted competition. NAICS
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/HSSS01-14-Q-0373/listing.html)
- Record
- SN03481172-W 20140828/140826235555-046192da14cad09536622fe6d0afc54f (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 |