Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 23, 2015 FBO #5052
SOLICITATION NOTICE

81 -- Custom Shipping Cases with Foam - Package #1

Notice Date
9/21/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326150 — Urethane and Other Foam Product (except Polystyrene) 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
HSSS01-15-Q-0485
 
Archive Date
10/10/2015
 
Point of Contact
David Leonard,
 
E-Mail Address
david.leonard@usss.dhs.gov
(david.leonard@usss.dhs.gov)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
Provisions and Clauses RFQ Spreadsheet (Includes Salient Characteristics) This is a combined synopsis/solicitation for brand name or equal, 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; quotes are being requested and a written solicitation will not be issued. Synopsis/solicitation number HSSS01-15-Q-0485 is issued as a set-aside that is restricted to Woman-Owned Small Businesses (WOSB). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-84, effective September 03, 2015. The North American Industry Classification System code (NAICS) is 326150 - Urethane and Other Foam Product Manufacturing. The Product Service Code (PSC) is 8145, Specialized Shipping and Storage Containers. The Department of Homeland Security (DHS) requires contractor support to procure Pelican brand name or equal shipping cases, and custom foam insert design, production, and installation. Requirements for this effort are detailed in the attached RFQ Spreadsheet (See attachment entitled, "RFQ HSSS01-15-Q-0485 - Attachment 1 - Pricing Detail" under "packages" within FBO. A Pelican brand part number is included for an item that was previously determined to satisfy the technical requirements for shipping containers. Offerors may quote alternate items; however, offerors must provide adequate information to comply with the requirements of FAR provision 52.211-6 which is incorporated within the attached provisions and clauses. 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 PROPOSALS II. PROVISIONS AND CLAUSES III. ADDITIONAL INFORMATION FOR OFFERORS ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ I. FORMAT AND SUBMISSION OF PROPOSALS Part A. Pricing: Offerors shall provide an itemized price quote that includes pricing for the items identified in the attached spreadsheet. Offerors must review the evaluation information in the attached clause 52.212-2 and must submit a completed copy of RFQ attachment 1 with any other quote materials that they wish to utilize. There is no page limit for the price quote. Past Performance Up to 3 examples of relevant past performance must be included as a separate attachment to the quote. Past performance examples must reference projects that were similar in size, complexity, and scope. Any referenced example should also be from a recently completed project (within the last 2 years). The government will evaluate the submitted information but also reserves the right to evaluate information found in the Past Performance Information Retrieval System (PPIRS), Federal Awardee Procurement Integrity Information System (FAPIIS), or any other means available to the government for the purposes of evaluating past performance. Note that direct experience with contract efforts that are similar in scope should permit an offeror to be determined, technically acceptable. If an offeror does not possess direct experience that is relevant to this RFQ, then they cannot be rated favorably or unfavorably for this factor. The total page limit for this section is 6 pages (excluding questionnaires). Past performance examples must provide the following information. 1. Contractor's Name/CAGE Code/ DUNS # and Place of Performance 2. Title of contract and award date 3. Procuring agency. Name and address of Contracting Activity 4. Procuring agency Point of Contact: Name, telephone number, and email address 5. Description of product or service 6. Contract number and type, e.g. FFP 7. Period of performance 8. Total Contract Dollar Value; at contract award and final 9. PPIRS (yes/no) - (Indicate whether or not any government past performance ratings have been completed and identify the last completion date and if it is currently in PPIRS) 10. Prime Or As Subcontractor for past contract 11. Customer's Procuring Contracting Officer (PCO) name, address, phone number, Fax number, and e-mail address, if possible. 12. Customer's Administrative Contracting Officer name, address, phone number, Fax number, and e-mail address, if possible. 13. Customer's Government Program Manager name, address, phone number, Fax number, and e-mail address, if possible 14. Relevancy - Concise assessment of the degree of relevancy the past performance for that contract has to the solicitation, identifying tasks and/or aspects of the effort undertaken on the contract that are relevant to the RFP requirements. Part B. Offerors must submit: 1) Price Quote and Past Performance information as required in Part A of this solicitation. 2) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. If you have completed the annual representations and certifications electronically through the System for Award Management, then provide a statement as such and it will be verified. 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 that is received in response to the solicitation. Technical acceptability is outlined in Attachment 2 - Provisions and Clauses. 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 HSSS01-15-Q-0485 - Attachment 2 - Provisions and Clauses" under "packages" within FBO. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ III. ADDITIONAL INFORMATION FOR OFFERORS 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/HSSS01-15-Q-0485/listing.html)
 
Place of Performance
Address: Washington DC Metro Area, United States
 
Record
SN03896639-W 20150923/150921235950-b20d406da2b2f0dacbe3d9bf8f930bd4 (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.