Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2017 FBO #5721
SOLICITATION NOTICE

J -- Painting and Branding of Three (3) MCOVs - Combined Synopsis Solicitation HSFE50-17-Q-0010

Notice Date
7/21/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811121 — Automotive Body, Paint, and Interior Repair and Maintenance
 
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
HSFE50-17-Q-0010
 
Point of Contact
Sandra J. Hawkins, Phone: 5405425282
 
E-Mail Address
sandra.hawkins@fema.dhs.gov
(sandra.hawkins@fema.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment B - Specifications Attachment A - Statement of Work COMBINED SYNOPSIS/SOLICITATION FOR DHS, FEMA RFQ NO. HSFE50-17-Q-0010 Paint and Branding of MCOVs This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is being issued as Request for Quotation (RFQ) No. HSFE50-17-Q-0010, is for repaint and apply decals to Mobile Communications office Vehicles (MCOVs) to comply with Department of Homeland Security branding specifications for Department of Homeland Security (DHS Federal Emergency Management Agency (FEMA) Thomasville, GA, MERS/MCOV Program. The RFQ clauses and provisions are those in effect thru Federal Acquisition Circular 2005-95, effective 01/13/2017. This RFQ is being issued as a Total Small Business Set-aside. The NAICS code applicable to this requirement is 811121; Small Business Size Standard is $7 million dollars. Only one (1) firm-fixed-price award will result from this solicitation. Please include all applicable Government discounts in your offer. FAR Provisions 52.212-1, 52.212-4 and 52.212-5 apply to this acquisition. Offerors are to include a completed copy of FAR provision 52.212-3 "Offeror Representations and Certifications--Commercial Items" with their response or provide this information via the System for Award Management (SAM) website, https://www.sam.gov/portal/public/SAM/. The successful vendor must provide their company DUNS number which is registered and active in the System for Award Management (SAM). The Statement of Work is attached to this combined synopsis/solicitation as ATTACHMENT A. Specifications for location, font, and color of branding is contained in ATTACHMENT B. EVALUATION INFORMATION - In accordance with FAR 52.212-2, the Government will issue one to the responsible/responsive offeror whose offer is found to be most advantageous to the Government based on a best value determination. Offeror shall provide a detailed price proposal to include the cost of all labor costs, material costs, and other associated costs. The price proposal shall be broken down and totaled in order for the Government to perform a complete evaluation of the proposed price. In order for an offeror to be considered technically acceptable, the following mandatory requirements must be met: (1) Offeror must provide the breakdown of the prices along with a description for the items requested in the Statement of Work. (2) Offeror must provide three (3) references and projects that are similar to this project including phone numbers of references. Quality of past performance will be evaluated on a pass/fail basis. (3) Offeror's must be registered in the SAM database at http://www.sam.gov which includes the electronic annual submission of representations and certifications. Offeror must include a completed copy of FAR 52.212-3, Offeror Representation and Certification - Commercial Items, unless the SAM page is up to date. (4) Offeror's business location must be within seventy (70) miles of Thomasville, GA. QUESTIONS - Questions regarding this RFP are to be submitted in MS Word format to Sandra.Hawkins@fema.dhs.gov by 2:00 PM EST on Thursday, 07-27-2017. Hand deliveries and/or faxes of questions will not be accepted without prior approval. Additionally, the subject line of your email shall, at a minimum, contain the RFP number (HSFE50-17-Q-0010). All questions pertinent to the submission of a proposal in response to this RFP will be addressed in an amendment to this RFP. Sources of the questions submitted will not be provided. PROPOSAL SUBMISSION INSTRUCTIONS - The Contractor shall submit an electronic proposal via email to Sandra.Hawkins@fema.dhs.gov no later than 4:00 PM on Monday, 08-07-2017. The subject line of emails pertaining to this RFQ shall clearly reference RFQ # HSFE50-17-Q-0010. Total size of email shall not exceed 8MB due to DHS email restrictions. Hand deliveries and/or faxes of proposals will not be accepted without prior approval. Contractor proposals shall be valid for sixty (60) calendar days after the due date for responses to this RFQ. A written notice of award or acceptance of proposal, mailed or otherwise furnished to the successful offeror(s) shall result in a binding contract without further action by either party. Amendments to this RFQ will be published in the same manner as the initial synopsis/solicitation. Attachments to Combined Synopsis/Solicitation, DHS, FEMA RFQ No. HSFE50-17-Q-0010: • ATTACHMENT A - Statement of Work • ATTACHMENT B - Specifications
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/MWEAC/HSFE50-17-Q-0010/listing.html)
 
Place of Performance
Address: All Three (3) MCOV units are located at Thomasville, GA. Vendor must be within seventy (70) miles of this location. FEMA will deliver and pick up all MCOVs., United States
 
Record
SN04589857-W 20170723/170721234805-a4380cf7278bc73edf533c3a0656f932 (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.