Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 29, 2017 FBO #5819
MODIFICATION

87 -- Larvicide and Mosquito Nets for St. Croix - Attachments

Notice Date
10/27/2017
 
Notice Type
Modification/Amendment
 
NAICS
424910 — Farm Supplies Merchant Wholesalers
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Preparedness Branch, Office of Acquisition Management, 16825 South Seton Avenue, Emmitsburg, Maryland, 21727, United States
 
ZIP Code
21727
 
Solicitation Number
70FA2018Q00000007
 
Archive Date
11/14/2017
 
Point of Contact
Amanda Heller, Phone: 3014477271
 
E-Mail Address
amanda.heller@fema.dhs.gov
(amanda.heller@fema.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Brand Name Justification Local Clauses and Billing Instructions Combined Synopsis/Solicitation Solicitation Number: 70FA2018Q00000007 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 70FA2018Q00000007 and is issued as a Request for Quote (RFQ). 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 424910. The small business size standards is 100 employees. This is a total small business local set-aside, offerors must be located within Puerto Rico and/or the US Virgin Islands. 4. FEMA intends to purchase the below contract line items: See attached pricing template for all periods. Description of Supplies/Services Quantity Unit Larvicide - Must Be VectoMax WSP 25,000 Each Mosquito Bed Nets - Must Be Queen Size 50,000 Each 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 purchase larvicide dunks and mosquito bed nets in support of the Federal Emergency Management Agency (FEMA) emergency response mission. Delivery by 11/18/2017 to St. Croix Airport, Christiansted, St. Croix, VI 00820 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) Price (3) Past Performance (4) Local Area 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 detail and clearly identify the offer's ability to meet all Government requirements. On Technical factor: proposals must meet the following: Substitutes will not be accepted for the VectoMax WSP. Mosquito bed nets must be queen sized, no other sizes will be accepted. The offer must show they are able to meet the requirements and required delivery date. 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: See Attached 8. Quotes must include company name, company DUNS number, and point of contact information. 9. All responsible sources should submit quotes to amanda.heller@fema.dhs.gov by Monday, October 30, 2017, 3:00 PM EST. Questions are due NLT, Saturday, October 28, 2017 at 1:00 PM EST in writing. No phone calls will be accepted. 10. Further details regarding the requirement can be found in the attachments: a. Combined Synopsis/Solicitation b. Local Clauses and Billing Instructions c. Brand Name Justification
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/NETC/70FA2018Q00000007/listing.html)
 
Place of Performance
Address: St. Croiz, U.S. Virgin Islands, 00820, United States
Zip Code: 00820
 
Record
SN04725446-W 20171029/171027231121-8aab66f806d64060fc6c0f50af0dbb5f (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.