SOLICITATION NOTICE
62 -- Vehicle Emergency Equipment Installation
- Notice Date
- 7/8/2021 9:39:11 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- U. S. SECRET SERVICE WASHINGTON DC 20223 USA
- ZIP Code
- 20223
- Solicitation Number
- 70US0921R70090056
- Response Due
- 7/16/2021 2:00:00 PM
- Archive Date
- 07/31/2021
- Point of Contact
- Kate Dennis, Phone: 5208202552, Danielle Donaldson, Phone: 2023807689
- E-Mail Address
-
katheryn.dennis@usss.dhs.gov, danielle.donaldson@usss.dhs.gov
(katheryn.dennis@usss.dhs.gov, danielle.donaldson@usss.dhs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 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 shall not be issued. The solicitation number is 70US0921R70090056 and is issued as a Request for Proposal (RFP).� The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2021-05 effective March 10, 2021.� This solicitation is set aside for Total Small Business and the associated North American Industry Classification System (NAICS) code 238210, the small business size standard is $16.5 Million. The anticipated period of performance shall be 60-months from the date of award.� The Government intends to award a competitive multiple award Indefinite Delivery Indefinite Quantity (IDIQ) Firm-Fixed Price contract. FAR 52.212-1 Instructions to Offerors - Commercial Items. (JUN 2020) is applicable to this solicitation. FAR 52.212-2, Evaluation-Commercial Items and the specific evaluation criteria to be included in paragraph (a) of that provision is applicable to this solicitation.� The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Selection of award shall be based on Lowest Price Technically Acceptable.� To be technically acceptable all requirements must be met in accordance with the attached Statement of Work (SOW).� All specifications in the SOW must be met or exceeded.� A completed copy of the provision FAR 52.212-3, Offeror Representations and Certifications-Commercial Items must be included with Offerors proposal. If you have completed the annual representations and certifications electronically through the System for Award Management (SAM), then provide a statement as such and it shall be verified. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Potential offerors are hereby notified that the solicitation and subsequent amendments to the solicitation shall only be available by downloading the documents at the SAM Website at https://sam.gov.� By submitting a response to this solicitation, the vendor shall be self-certifying that neither the offeror nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ca2510c9464b4be884bf3dccc13ece32/view)
- Place of Performance
- Address: Washington, DC 20032, USA
- Zip Code: 20032
- Country: USA
- Zip Code: 20032
- Record
- SN06055555-F 20210710/210708230131 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |