SOLICITATION NOTICE
19 -- Personal Watercafts - RFQ
- Notice Date
- 7/19/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 441228
— Motorcycle, ATV, and All Other Motor Vehicle Dealers
- Contracting Office
- Department of Homeland Security, Customs and Border Protection, Procurement Directorate - IN, 6650 Telecom Drive, Intech Two, Suite 100, Indianapolis, Indiana, 46278, United States
- ZIP Code
- 46278
- Solicitation Number
- 70B03C18Q00000185
- Archive Date
- 8/11/2018
- Point of Contact
- Shelly A. Julien, Phone: 3176144425
- E-Mail Address
-
shelly.a.julien@cbp.dhs.gov
(shelly.a.julien@cbp.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work RFQ, for 3 PWC as specified in SOW (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 the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.(2) The solicitation number is 70B03C18Q00000185 and is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is Primary 441228 personal watercraft (PWC). This procurement shall be Open Market, Firm-Fixed Price (FFP). All qualified, responsible sources may submit an offer that shall be considered by the agency. Offerors are advised that they are responsible for obtaining any amendments as results of questions or changes. The resulting contract shall be awarded to the offeror who provides the lowest-priced technically acceptable (LPTA) quote in compliance with the Statement of Work (SOW). FOB destination to U.S. Border Patrol, Buffalo Sector Headquarters, 201 Lang Blvd., Grand Island, NY 14072.(3) The purpose of this procurement action is to procure three (3) Personal Watercrafts as outlined in the Statement of Work. The solicitation shall be a firm-fixed price purchase, to include all shipping/delivery charges. Critical elements: delivery date, three distinct colors of PWC, Fuel Type w Eco Mode must be Regular Gasoline 87 Octane, Seating for 3 person (Not racing seats), and Tested to insure fully functionality with all equipment. (4) Contractors shall provide company point of contact, company address, DUNs number, phone number, and email address. Contractors shall submit RFQ Packet including any acknowledgement of any modifications or amendments. Quotes that are incomplete, unsigned, or late will not be considered. (5) The vendor selected for award MUST be already registered in System for Award Management (SAM) at https://www.sam.gov/portal/SAM/#1 and receive payment via Electronic Funds Transfer (EFT) as a condition of the contract. Registration in SAM requires a valid Dun & Bradstreet (DUNS) number. No award can be made to a vendor not fully registered in SAM. (6) Delivery of Submittals: Contractors must complete and submit the first page of the RFQ packet, as well as, attached price quote with delivery date and any supporting documentation. Your RFQ packet must be RECEIVED through email or Fax to the Contract Specialist no later than July 27, 2018 at 1:00 pm. Eastern Time (Indianapolis). No phone calls will be accepted. Late submissions will not be accepted. The electronic submission should be addressed to the Contract Specialist Shelly Julien via email to shelly.a.julien@CBP.DHS.GOV; Fax number: 317-298-1344. (7) The Service Contract Act (SCA) Wage Determination (WD) 15-4233, Rev 3 and Executive Order (EO) 13658 are applicable to this requirement. (13) Wage Determination Information, (WDOL) is part of the Integrated Acquisition Environment, one of the E-Government initiatives in the President's Management Agenda. It is a collaborative effort of the Office of Management and Budget, Department of Labor, Department of Defense, General Services Administration, Department of Energy, and Department of Commerce. This website provides a single location for federal contracting officers to use in obtaining appropriate Service Contract Act (SCA) and Davis-Bacon Act (DBA) wage determinations (WDs) for each official contract action. The website is available to the general public as well. Guidance in selecting WDs from this website is provided in the WDOL.gov User's Guide. Web site https://www.wdol.gov/
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/FPSB/70B03C18Q00000185/listing.html)
- Place of Performance
- Address: U.S. Border Patrol, Buffalo Sector Headquarters, 201 Lang Blvd., Grand Island, New York, 14072, United States
- Zip Code: 14072
- Zip Code: 14072
- Record
- SN04999122-W 20180721/180719231135-7e900b3dad3c5eabff37092286d208a8 (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 |