Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2015 FBO #5048
SOLICITATION NOTICE

59 -- Pnuematic Mast Install - SOW

Notice Date
9/17/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, National Continuity Branch, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, Virginia, 20135, United States
 
ZIP Code
20135
 
Solicitation Number
HSFE50-15-Q-0067
 
Archive Date
10/9/2015
 
Point of Contact
Matthew A. Raible, Phone: 5405422248
 
E-Mail Address
Matthew.Raible@dhs.gov
(Matthew.Raible@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Delivery Addresses STATEMENT OF WORK This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR Subpart 8.4 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. RFQ# HSFE50-15-Q-0067 issued as a Request for Quotation (RFQ), is for the installation and necessary material as described in the attached SOW. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-66. This procurement is being solicited on total small business basis.. The NAICS and small business size standard for this project are: 332312/500. Only one award will result from this solicitation, via the issuance of firm-fixed-price simplified acquisition order. All deliveries must be completed within 14 weeks after receipt of award. NOTE THIS ACTION HAS MULTIPLE DELIVERIES. SPECIFIC TASKS: The contractor shall perform the services described in the attached SOW. BASIS FOR AWARD: The Government will make award to the responsible/responsive Offeror whose offer will be most advantageous to the Government based on lowest price/technically acceptable factors. Offerors shall provide a detailed price quote. This requirement is for a Brand Name "or Equal" for the parts that will be used for the install. An "or equal" product may be offered as an alternative, but the offeror must establish that the offered product is truly equal to that requested (e.g., by full comparison of product specification). Failure to provide such information may be grounds for rejection or quote without further review. No substitutions will be accepted without information and/or documentation. The evaluation of the "or equal" alternative item will be made by the technical team. If you are quoting an "equal" item you must provide name, model number, description, size, picture, and all other relevant information about the item. You must provide the same information that is currently in the specifications attachment. This information must be included as an attachment to your quote on the response date of this announcement. Drawings available upon request to POC listed below. Offerors must be registered in the Central Contractor Registration (CCR) database (via the Internet at http://www.ccr.gov) as well as having completed the electronic annual representations and certifications at http://orca.bpn.gov which are now both located under the System for Award Management at https://www.sam.gov/portal/public/SAM/. The provision at FAR 52.212-1 "Instructions to Offerors--Commercial" applies to this acquisition. The following FAR clauses also apply: 52.204-10 "Reporting Executive Compensation and First-Tier Subcontract Awards," 52.212-4 "Contract Terms and Conditions--Commercial Items," 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items," with the following clauses cited in 52.212-5 being applicable to this acquisition: 52.203-6 "Restrictions on Subcontractor Sales to the Government," 52.219-8 "Utilization of Small Business Concerns," 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 Eligible Veterans," 52.222-50 "Combating Trafficking in Persons," 52.225-1 "Buy American Act--Supplies," 52.225-13 "Restrictions on Certain Foreign Purchases," and 52.232-33 "Payment by Electronic Funds Transfer--Central Contractor Registration." The aforementioned provision and clauses can be accessed electronically at http://www.gsa.gov/far. Prospective sources are reminded that award can only be made to a Contractor who is registered in the System for Award Management (SAM) database and who has completed the online annual representations and certifications as identified above. Due date for receipt of responses to this RFQ will be 2:00 PM/Virginia Local Time, 09/24/2015 to Matthew A. Raible at email address: matthew.raible@fema.dhs.gov fax number at 540-542-2632. Electronic responses are preferred and strongly encouraged. Questions concerning this RFQ will NOT be entertained after 1:00 PM/Virginia Local Time on 09/21/2015 and must be emailed or faxed to Mr. Raible at the email address and fax numbers provided above. Amendments to this RFQ will be published in the same manner as the initial synopsis/solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/MWEAC/HSFE50-15-Q-0067/listing.html)
 
Place of Performance
Address: multiple destinations, see attachments, United States
 
Record
SN03892593-W 20150919/150918001037-60b0e6d025d0c434a34486c4787a1434 (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.