SOLICITATION NOTICE
59 -- Ionscan 400B and accessories
- Notice Date
- 3/20/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- DHS - Direct Reports, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20223
- ZIP Code
- 20223
- Solicitation Number
- RFQ03Q0025
- Archive Date
- 3/22/2003
- Point of Contact
- Kelly Curtin, Contract Specialist, Phone 202/406-6940, Fax 202/406-6801,
- E-Mail Address
-
kcurtin@usss.treas.gov
- Description
- 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 request for quotation (RFQ); quotations are being requested and a written RFQ will not be issued. RFQ number 03Q0025 is issued as a RFQ through Federal Acquisition Circular 2001-12. The NAICS code is 335999. The period of performance will be forty-five days (45) from date of award. The Government intends to award a firm, fixed price type purchase order. The U.S. Secret Service has a requirement for: Line Item 0001: One (1) Barringer Ionscan 400B document scanner. The following line items represent accessories to the Ionscan 400B: Line Item 0002: Two (2) condensor tubes. Line Item 0003: Two (2) dryrite charcoal filter canisters. Line Item 0004: One (1) transportation case. Line Item 0005: Ten (10) packs of document sample pucks (twenty per pack). Each item shall include a standard, commercial warranty. An operator's manual is required for Line Item 0001. The Contractor shall deliver the complete quantity, FOB Destination, with all freight included in the delivered price, within forty-five (45) days of purchase order award. Delivery to U. S. Secret Service ? Technical Security Division, 843 Brightseat Road (Rear), Landover, MD 20785. All quotations must include a unit cost for each item as well as the total price. No substitutions will be accepted. The following FAR Provisions and Clauses are applicable unless otherwise noted: 52.212-1, Instructions to Offerors?Commercial Items; 52.212-2, Evaluation ? Commercial Items; 52.212-2 Paragraph (a) insert: ?The Government intends to award firm, fixed price type contract, to the responsible offeror with acceptable past performance, whose proposal, conforming to the Solicitation as provided herein, is lowest in price. Each item will be evaluated as acceptable or unacceptable, determined on technical sufficiency as per the specification. For evaluation of past performance, the offeror must provide at least three (3) references for contracts/purchase orders of similar products/services within the last three (3) years. Each reference must include customer?s name and address, contact person, telephone number and contract value for each reference. If business entity establishment is less than two (2) years, provide related experience of key personnel. Past Performance shall be valued as acceptable, unacceptable, or neutral. Technical and past performance, when combined, are equal to price.? 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. The following clauses cited in 52.212-5 are applicable: Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222.19, Child Labor ? Cooperation with Authorities and Remedies; 52.225-3, Buy American Act?North American Free Trade Agreement ? Israeli Trade Act; 52.225-13, Restriction on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. DTAR 1052.204-72, Required Central Contractor Registration. FAR Provisions and Clauses may be accessed via the internet at: http://www.arnet.gov/far/. DTAR Clauses may be accessed via the internet at: http://www.treas.gov/offices/management/dcfo/procurement/policy/index.html. Telephone requests for copies of FAR Provisions and/or Clauses will not be accepted. Proposals must contain the following: 1) Pricing information; 2) Past Performance Information; and 3) Completed and signed copy of the FAR 52.212-3, Representations and Certifications. Please note: All responsible offerors shall forward quotation package via facsimile to U.S. Secret Service, Procurement Division, Attn: Kelly Curtin, at 202.395.9323. All inquiries regarding this combined synopsis/solicitation shall be sent in writing via electronic mail to kcurtin@usss.treas.gov. Offers are to be received no later than 12:01 P.M.(EST), Friday, March 21, 2003. Please note: Award is anticipated within five (5) days of receipt of quotation.
- Record
- SN00283653-W 20030322/030320213043 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |