Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2015 FBO #5053
SOLICITATION NOTICE

J -- Remounting/refurbishing of Ambulance box onto GF Chassis - Provisions and Clauses - Pricing spreadsheet - SOW - provisions to be completed

Notice Date
9/22/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336211 — Motor Vehicle Body 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-R-0086
 
Archive Date
10/11/2015
 
Point of Contact
Siobhan E. Mullen, Phone: 202-406-6818
 
E-Mail Address
siobhan.mullen@usss.dhs.gov
(siobhan.mullen@usss.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Provisions to be submitted with proposal Statement of Work Pricing spreadsheet Provisions and clauses This is a combined synopsis/solicitation prepared in accordance with the format in Far Part 12, subpart 12.6 as supplemented with additional information attached to this notice. This announcement constitutes the only solicitation; proposals are being requested. Solicitation number HSSS01-15-R-0086 is issued as a Request for Proposal (RFP) through Federal Acquisition Circular 05-06. The NAICs code is 336211 Boxes, truck (e.g., cargo, dump, utility, van), assembled on purchased chassis and the small business size standard is 1000 employees per the Small Business Administration. This procurement is a total small business set aside. This requirement is a local set aside (located no more than 200 miles (by driving distance) of Washington, DC.) and reserved for (1) current Ford QVM (Qualified Vehicle Modifier) certified facility; (2) current Ford certified repair/warranty repair facility; (3) current Horton certified warranty repair facility; (4) provider must be able to provide an initial "pick-up" and final "delivery" tow service if more than 50 miles from the USSS-HAMMER office facility in Washington, DC. The United States Secret Service intends on awarding a single firm fixed price contract to the offeror that provides the best value to the US Government. The resulting contract will be for remounting/refurbishing of three (3) existing boxes to three (3) new government-furnished Hammer trucks per the attached Statement of Work (SOW). This is a name brand acquisition, meaning that in order to be considered for award, the offeror must be Ford and Horton certified. NO OTHER MANUFACTURER WILL BE CONSIDERED. Only authorized Ford and Horton certified facilities are eligible for award of this requirement. The Government will make award to the Offeror providing the Best Value utilizing Trade -off with the following factors listed in descending order of importance: Fulfillment of SOW, Past Performance, Price. FORMAT AND SUBMISSION OF PROPOSAL The offeror shall provide quotes in accordance with the following format: PART A: General business information/Representations and Certifications PART B: Fulfillment of Statement of Work (SOW) PART C: Past Performance Information PART D: Price and Delivery PART A: GENERAL BUSINESS INFORMATION/REPRESENTATIONS AND CERTIFICATIONS (no page limit) The offeror shall provide: 1) Offeror's Name, title, telephone number, and email address 2) Offeror's Business Name 3) Nine-digit DUNS. The DUNS is used to verify that the vendor is in SAM. By submitting a proposal, the Offeror acknowledges the Government requirement to be in the System Award Management (SAM) database prior to award of any contract. Information about SAM may be found at www.sam.gov. 4) Nine-digit TIN. The Taxpayer Identification Number is necessary for electronic payment. 5) Socioeconomic status (must be small) 6) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. If you have completed the annual representations and certifications electronically through SAM at www.sam.gov, then provide a statement as such and it will be verified. 7) Certification and/or Documentation: (a) current Ford QVM (Qualified Vehicle Modifier) certified facility; (b) current Ford certified repair/warranty repair facility; (c) current Horton certified warranty repair facility; (d) facility location of no more than 200 miles (by driving distance) of Washington, DC. ---- DHS Provisions: HSAR 3052.209-70 and 3052.209-79 completed and returned with quote. (See attachments) PART B: FULFILLMENT OF SOW (10 page limit) The offeror must display conformance with the required SOW by providing the following information: 1. Detailed technical approach to fulfilling SOW, including time line for conferences specified in SOW. PART C: PAST PERFORMANCE (4 page limit) The offeror shall submit past performance information from two (2) references. Past performance submissions must be from contracts similar in scope, price and must be within the past three (3) years. For each reference, please provide the following information: name of government agency/company; two (2) individual points of contact, email address(es) and telephone number(s); address of agency/company; contract number and dollar amount; description of work performed; and period of performance. PART D: PRICE AND DELIVERY - see attached spreadsheet The offeror shall provide pricing per the attached spreadsheet. Delivery to Washington, DC must be within ninety (90) calendar days from time of delivery of each new chassis and existing USSS vehicle to the vendor (i.e. "Re­ mounter"). SUBMISSION OF PROPOSALS All proposals shall be submitted via email to Siobhan Mullen via email at siobhan.mullen@usss.dhs.gov NO LATER THAN September 26, 2015 at 8:00am EST. Please reference RFP HSSS01-15-R-0086 in the subject line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/HSSS01-15-R-0086/listing.html)
 
Place of Performance
Address: District of Columbia, United States
 
Record
SN03898464-W 20150924/150923000050-52b4cb62c826fd1cb9aecf9103edd06d (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.