Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 24, 2016 FBO #5388
SOLICITATION NOTICE

71 -- Modular Wall and Furniture - Statement of Work

Notice Date
8/22/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238390 — Other Building Finishing Contractors
 
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
HSSS01-16-Q-0366
 
Archive Date
9/16/2016
 
Point of Contact
Gabriella Marino, Phone: 2024069714
 
E-Mail Address
gabriella.marino@associates.usss.dhs.gov
(gabriella.marino@associates.usss.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Facility Access Form - Due via Email 8/25/2016 at 2:00 PM EST Department of Labor Wage Determination Statement of Work with Pricing Sheet and Diagrams 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 electrical upgrade services. This requirement is set aside for small business. The NAICS is 238390. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89, effective July 14, 2016. The United States Secret Service (USSS) has a requirement for electrical upgrade services, in accordance with Attachment 1 - Statement of Work. The United States Secret Service intends on issuing a single-award purchase order, as a result of this RFQ. The resulting purchase order will be for a duration of one year from the date of award. This requirement is subject to the Department of Labor (DOL) Service Contract Act. A Site Visit will be held August 29, 2016 10:00 AM EST at the James J. Rowley Training Center in Laurel, MD. Completed Facility Access Forms must be submitted to the Contract Specialist no later than August 25, 2016 at 2:00 PM EST via email at gabriella.marino@associates.usss.dhs.gov. Award will be made to the offeror that provides the lowest price technically acceptable quote to the U.S. Government. In order to be deemed technically acceptable, offerors shall complete Attachment 2 - Pricing Sheet, and the technical approach must clearly demonstration all requirements of the Statement of Work will be met or exceeded. A simple reiteration of the Statement of Work is not sufficient for technical acceptability. The Government will query relevant FAPIIS/PPIRS/CPARS information to assess past performance in order to determine contractor responsibility. Past performance questionnaires will not be distributed, and Offerors are not required to submit past performance information. Past performance will be rated as acceptable or unacceptable. Selection of award will be based on lowest priced technically acceptable and will be firm fixed priced. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 -- System for Award Management. (Jul 2013) 52.204-13 - System for Award Management Maintenance. (JUL 2013) 52.212-4 Contract Terms and Conditions - Commercial Items. (MAY 2015) 52.217-8 -- Option to Extend Services. 52.232-39 - Unenforceability of Unauthorized Obligations. 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors. (DEC 2013) 52.212-1 -- Instructions to Offerors -- Commercial Items (Oct 2015) 52.212-2 -- Evaluation -- Commercial Items. (Oct 2014) 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. (Apr 2016) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (JUN 2016) (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (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)). _X__ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X__ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016) (E.O. 13126). _X__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _X__ (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). _X__ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). _X__ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). _X__ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). _X_ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). _X__ (50) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.252-2 Clauses Incorporated by Reference. (FEB 1998) 3052.204-71 CONTRACTOR EMPLOYEE ACCESS (SEP 2012) 3052.204-71 Contractor Employee Access -- ALTERNATE II (JUN 2006) USSS 3052.204-90 Unauthorized Use of the U.S. Secret Service Name All responses shall be submitted via email to gabriella.marino@associates.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 quote on letterhead which identifies total price, prompt payment terms, payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code, and bank information to include bank address, checking number and routing number. Vendors shall submit a Statement of Contractor Responsibility. Vendor shall also state where the product is manufactured. Facility Access Forms are due to the Contract Specialist via email at gabriella.marino@associates.usss.dhs.gov no later than August 25, 2016 at 2:00 PM EST. Questions in regard to this requirement are due to the Contract Specialist via email at gabriella.marino@associates.usss.dhs.gov no later than August 30, 2016 at 4:00 PM EST. Responses to this solicitation are due by no later than September 8, 2016 at 3:00 PM, EST. Quotations shall be emailed to gabriella.marino@associates.usss.dhs.gov. Responses shall be in Word, Excel, and/or PDF electronic format. Reference the solicitation number in your email subject line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/HSSS01-16-Q-0366/listing.html)
 
Place of Performance
Address: Laurel, Maryland, 20708, United States
Zip Code: 20708
 
Record
SN04235480-W 20160824/160822235901-3c27371fe8b4576dd9469645d76c9977 (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.