SOLICITATION NOTICE
56 -- Tarps 40 X 40 - RFP
- Notice Date
- 9/18/2017
- Notice Type
- Cancellation
- NAICS
- 314910
— Textile Bag and Canvas Mills
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Acquisition Operations Division (AOD), 500 C Street, SW, Third Floor, Washington, District of Columbia, 20472, United States
- ZIP Code
- 20472
- Solicitation Number
- HSFE30-17-R-0038
- Archive Date
- 10/3/2017
- Point of Contact
- Nilesh N. Nayak, Phone: 2022123133
- E-Mail Address
-
Nilesh.Nayak@associates.fema.dhs.gov
(Nilesh.Nayak@associates.fema.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- RFP SPECIFICATIONS Solicitation Number: HSFE30-17-R-0038 Notice Type: Combined Synopsis/Solicitation 1. This is a combined synopsis/solicitation for 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; proposals are being requested and a written solicitation will not be issued. 2. The solicitation number is HSFE30-17-R-0038 and is issued as a Request for Proposal (RFP). Under this requirement, Federal Emergency Management Agency (FEMA) intends to award a commercial, Firm Fixed Price (FFP) contract. 3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86. The applicable North American Industry Classification Standard (NAICS) code is 314910. The small business size standard is $32.5 Million. This is an unrestricted, full and open acquisition. 4. FEMA intends to purchase the below contract line items: CLIN Description of Supplies/Services Quantity Unit Unit Price Total Price 0001 Tarps 40 x 40 100,000 Each 0002 Drop Trailer Day 0003 Diversion Rate Mile * Diversion rate is only applicable after first 50 miles from original destination 5. Description of requirements for the items to be acquired: The Department of Homeland Security (DHS)/Federal Emergency Management Agency (FEMA) has a requirement to acquire 100K tarps 40x40 - see attached specifications for details. Delivery due date is within two weeks after award, NLT 9/30/2017. Period of performance is two weeks from date of award. 6. Delivery, Inspection, Acceptance and FOB Point of Contact will be provided to awardee. 7. PROVISIONS AND CLAUSES: In case of inclement weather not permitting arrival of participants, the Government reserves the right to make one adjustment to the period of performance with advance notice. All referenced FAR provisions and clauses may be accessed electronically at http://farsite.hill.af.mil/vffar1.htm and HSAR provisions and clauses may be accessed electronically at http://farsite.hill.af.mil. a. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and is incorporated by reference. b. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition and paragraph (a) is completed as follows: The Government will award contract(s) resulting from this solicitation to the responsible offeror(s) whose offer is Lowest Price Technically Acceptable (LPTA) (1) Technical (2) Unit Price The Government intends to award a commercial purchase order(s) resulting from this solicitation to the lowest priced, technically acceptable responsible offeror(s). The factors identified above will be the evaluation factors used to evaluate all offers received. Quotes must be specific in details and clearly identify all the government requirements. On Technical factor: proposals must meet the following: See Attachment 1 Specifications c. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and is incorporated by reference. d. Clauses in Full Text: 8. Quotes must include company name, company DUNS number, and point of contact information. 9. The Defense Priorities and Allocation System (DPAS) applies to this acquisition. 10. All responsible sources should submit quotes to FEMA-NRCC-CAUL@fema.dhs.gov, Nilesh.Nayak@fema.dhs.gov, Christopher.Wright@fema.dhs.gov and FEMA-NRCC-CAS@fema.dhs.gov by Monday, September 18, 2017, 1:00PM EST. Technical and/or administrative questions must be submitted in writing to to FEMA-NRCC-CAUL@fema.dhs.gov, Nilesh.Nayak@fema.dhs.gov,Christopher.Wright@fema.dhs.gov and FEMA-NRCC-CAS@fema.dhs.gov no later than 11:30AM EST, Monday, September 18, 2017. Individual responses will not be given. Responses to all inquiries will be published by amendment to the solicitation and posted to FedBizOpps. Inquiries and information received after the established deadline will only be answered/addressed if considered essential to the requirement and in the best interest of the Government. 11. Further details regarding the requirement can be found in the attachments: a. SOW b. Local Clauses and Billing Instructions
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/PP5-2/HSFE30-17-R-0038/listing.html)
- Place of Performance
- Address: 4175 MEDULLA RD, LAKELAND, Florida, 33811, United States
- Zip Code: 33811
- Zip Code: 33811
- Record
- SN04681566-W 20170920/170918231146-d82f0ae0d22165082b423d1c56895d00 (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 |