Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 11, 2018 FBO #5983
SOLICITATION NOTICE

13 -- Dyno AP Emulsion - RFQ Package

Notice Date
4/9/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325920 — Explosives Manufacturing
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 20598, United States
 
ZIP Code
20598
 
Solicitation Number
70T02018Q7NNCP043
 
Archive Date
5/12/2018
 
Point of Contact
Pegah Azizi, Phone: 571-227-1795, Kurt Allen,
 
E-Mail Address
pegah.azizi@tsa.dhs.gov, kurt.allen@tsa.dhs.gov
(pegah.azizi@tsa.dhs.gov, kurt.allen@tsa.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
J&A Attachment 2 Reps and certs Attachment 1 Technical Compliance and Pricing Table RFQ 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is 70T02018Q7NNCP043. This Request for Quotation (RFQ) is issued for a Purchase Order to provide name brand only, 45 Cases of 40 lbs. per case (1,800 lbs. total) of Dyno AP Emulsion Explosive in support of new and ongoing operations. Quoters are requested to review the attached solicitation and its associated attachments. Please review all documents carefully. The RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89. This RFQ is under NAICS code 325920, with a size standard of 750 employees. List of contract line item number(s) and items, quantities and units of measure: See the attached solicitation and Attachment 1. Description of requirements for the items to be acquired: See attached solicitation. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition, however no alternative terms and conditions or commercial items outside those specified in the attached solicitation will be considered. The provision at 52.212-2, Evaluation -- Commercial Items, is not used in this solicitation. Please see the attached solicitation for the evaluation procedures to be used. the Quoter MUST complete the Attachment (1) Technical Compliance and Pricing Table and identify that the items quoted meet all the technical requirements as provided in the table and discussed under the Technical Requirements of the Section II Statement of Work. A Copy of current and valid Federal Explosives License/Permit issued by the Bureau of Alcohol, Tobacco, Firearms and any other supporting documentation /literature/brochures/pictures must be submitted to provide evidence of compliance with Attachment (1) Included in Attachment (1) is a compliance check for Offeror Representations and Certifications (FAR Provision 52.212-3) that the Quoter is required to complete. The Quoter shall indicate in the table that it submitted a completed Attachment (2) Reps and Certs Document or is compliance with the paragraph (b)(2) of the provision and that paragraphs (c) through (t), as seen in the SAM.gov database, are current, accurate, complete, and applicable to this solicitation. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition with the following additional FAR clauses cited in the clause _x_ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). _x_ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _x_ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). _x_ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _x_ (28) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). _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_ (46) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83). _x_ (55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). There are no additional contract requirement(s) or terms and conditions, outside of the attached solicitation, determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. Defense Priorities and Allocations System (DPAS) and assigned rating: NA The following are the milestones for the key events leading to the award of the Purchase Order: Questions are due no later than April 17, 2018, 3:00 P.M Eastern time Quotes are due on April 26, 2018, 3:00 P.M Eastern time All questions and quotes shall be submitted via email to pegah.azizi@tsa.dhs.gov and kurt.allen@tsa.dhs.gov. A purchase order will be awarded to the offeror whose quote: 1) Indicates compliance (in Attachment 1: Technical Compliance and Pricing Table) with all the SOW technical requirements, to include supporting documentation; 2) includes a completed Attachment (2) Reps and Certs document (or statement of compliance as indicated above); and 3) Quotes the lowest total price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/70T02018Q7NNCP043/listing.html)
 
Place of Performance
Address: See SOW, United States
 
Record
SN04882642-W 20180411/180409230631-f81cb6a29f8a1157ebe096f07533d4bd (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.