Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 03, 2015 FBO #5032
SOLICITATION NOTICE

58 -- NAL Shout GSM Iridium Tracker

Notice Date
9/1/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
United States Marshals Service, 8th Floor, CS3, OST, Washington, District of Columbia, 20530-1000, United States
 
ZIP Code
20530-1000
 
Solicitation Number
M-15-A31-R-000339
 
Archive Date
9/22/2015
 
Point of Contact
Angela S. Price, Phone: 619/546-5328
 
E-Mail Address
angela.price3@usdoj.gov
(angela.price3@usdoj.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The US Marshals Service (USMS) is issuing 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; quotations are being requested and a written solicitation will not be issued. Solicitation M-15-A31-R-000339 is being issued as a Request for Quotation (RFQ). USMS will award a firm fixed price type contract. This requirement is a 100% small business set-aside. USMS is accepting bids for the purchase of twelve (12) Shout GSM Iridium Tracking Devices. The Shout GSM Iridium Tracker is a dual-mode Iridium/GSM tracker and messaging device with touchscreen, internal 1.95 A-hr rechargeable Li-ion battery, and guarded 911 button. All equipment is to be new (non-refurbished) authentic NAL Research equipment containing no third-party parts or components and be entitled to manufacturer warranty and support. The provisions and clauses incorporated into this solicitation document can be seen below. 1. 52.212-1, Instructions to Offerors - Commercial 2. 52.212-2, Evaluation - Commercial Items. The following text is added to Paragraph (a) of FAR 52.212-2: (Low Price Technically Acceptable). A competitive award will be made to the responsible firm with lowest priced technically acceptable quote. 3. 52.212-3, Offeror Representations and Certifications - Commercial Items 4. 52.212-4, Contract Terms and Conditions - Commercial Items 5. 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items. The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and is applicable to this acquisition; 52.203-13, Contractor Code of Business Ethics and Conduct 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.219-6, Notice of Total Small Business Set-Aside 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 Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer--System for Award Management 6. USMS-0001, Release of Residual Funds 7. USMS-0002, Release of Residual Funds 8. USMS-0003, Acceleration of Payments to Small Business 9. USMS-0006, Federal Workplace Responses to Domestic Violence, Sexual Assault, and Stalking - Provision (2014) 10. DJAR-PGD-08-04, Security of Systems and Data, Including Personally Identifiable Information All offerors MUST registered is the System for Award Management and have an active status.USMS will evaluate each price proposal in order to determine price reasonableness. This evaluation may include, but is not limited to a comparison of the proposed price with the prices proposed by other offerors, the Government's estimate, consideration of current prices being paid for the same or similar services, current market conditions, as well as other relevant measures. The contract will be awarded to the offeror who is deemed responsible in accordance with the Federal Acquisition Regulation, who conforms to the solicitation requirements; and whose proposal, provides the lowest evaluated price. Delivery Location: USMS/Office of Strategic Technology 101 W. Broadway Suite 450 San Diego, CA 92101 Delivery must be within 30 days after receipt of order To be eligible for this award, offerors must include: Quote containing to following: Company Letterhead, firm's proposed pricing, Cage Code, Tax ID Number, and DUNS Number. PAYMENT: Will be made via credit card. Quotes MUST acknowledge credit card terms and pricing to be considered. All quotes are due on September 7, 2015 at 1:00pm (PST) and must be submitted electronically to Angela Price at Angela.Price3@usdoj.gov. No information or questions requesting clarification will be provided over the telephone from prospective offerors. Late quotations will not be considered for award. Interested offerors must submit in writing any questions concerning this solicitation no later than 5:00pm (PST) on Sept 3, 2015. Please submit all questions to Angela Price at Angela.Price3@usdoj.gov The North American Industry Classification System code is 334290 and a single award will be made
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/843e9f7b6151b1c0e3d92a3484216762)
 
Record
SN03865854-W 20150903/150901235820-843e9f7b6151b1c0e3d92a3484216762 (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.