MODIFICATION
84 -- 2_Law Enforcement Equipment
- Notice Date
- 4/16/2012
- Notice Type
- Modification/Amendment
- NAICS
- 333298
— All Other Industrial Machinery Manufacturing
- Contracting Office
- Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223
- ZIP Code
- 20223
- Solicitation Number
- HSSS01-12-R-0030
- Archive Date
- 5/8/2012
- Point of Contact
- ERICKA LANDRY,
- E-Mail Address
-
ERICKA.LANDRY@USSS.DHS.GOV
(ERICKA.LANDRY@USSS.DHS.GOV)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- *************************************************************** Amendment No. 1 Amend NAICS to read 333999 all other miscellaneous manufacturing *************************************************************** 1. This a combined synopsis/solicitation for Law Enforcement equipment 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. This combined synopsis/solicitation HSSS01-12-R-0030 is being issued as a request for proposal (RFP) as the USSS is seeking to award, multiple, Blanket Purchase Agreements (BPA). This notice and the incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) and the Homeland Security Federal Acquisition Regulation Supplement (HSARS). All responsible sources may submit a proposal. 3. This acquisition is associated North American Industry Classification System (NAICS) codes are; 333999 all other miscellaneous manufacturing with a small business size standard of 500 employees, 326130 laminated plastics plate, sheet (except packaging), and shape manufacturing with a small business size standard of 500. a) CONTRACT LINE ITEMS (CLIN) Contractor shall provide an offer for the contract line item(s) for a five-year Blanket Purchase Agreement, performance period: Year 1: 04/2012 - 04/2013 Year 2: 04/2013 - 04/2014 Year 3: 04/2014 - 04/2015 Year 4: 04/2015 - 04/2016 Year 5: 04/2016 - 04/2017 Year 1, Law Enforcement Equipment* a sub-clin shall be provided for each item offered. Year 2, Law Enforcement Equipment* a sub-clin shall be provided for each item offered. Year 3, Law Enforcement Equipment* a sub-clin shall be provided for each item offered. Year 4, Law Enforcement Equipment* a sub-clin shall be provided for each item offered. Year 5, Law Enforcement Equipment* a sub-clin shall be provided for each item offered. *See attached item brand name or equal specifications. Quantities are provided in the attached pricing spreadsheet. The USSS requires new equipment; neither used nor refurbished/remanufactured items are acceptable. All items must be covered by the manufacturer’s warranty. b) Sub-Contract Line Items: CLIN 0001: rifle plate* CLIN 0002: load bearing vest* CLIN 0003: tactical thigh holster* c) Delivery: Washington, DC. d) FOB: Destination, unless specified differently in the award the supplier is responsible for inspection and quality control requirements. e) Technology Refresh: Any Item ordered throughout the period of performance off any BPA awarded from this solicitation shall be delivered with the latest technology. Therefore should an item become obsolete or dated, then that replacement shall be made available to the government. In addition, the vendor shall notify the government of any item to be updated or replaced, supply both the old and new item part numbers as well as pricing changes. 4. FAR Clauses 52.212-1 through 52.212-5 apply to this procurement. Proposals will be evaluated under the provisions of FAR Part 12, 52.212-2 Commercial Items-see modified provision, and FAR 15, Contracting by Negotiation. The responsible offerors must be registered in the Online Representations and Certifications (ORCA) database (available at: http://orca.bpn.gov/) system per FAR 52.212-3, and submit a completed copy of the Offeror Representations and Certifications - Commercial Items with their quote. Offeror’s must also be registered in the Central Contractor Registration database (available at: www.ccr.gov) per FAR 52.212-1. Lack of registration in CCR will qualify contractor as ineligible for award. For the exact text and wording of clauses and provisions please see http://farsite.hill.af.mil. The Government contemplates award of multiple Firm-Fixed Priced Blanket Purchase Agreements (BPA) resulting from this solicitation. 5. Quote Deadline. Offers are due Thursday, April 19, 2012 at 10:00 a.m. Eastern Standard Time (EST). Questions are due Wednesday, April 11, 2012 at 10:00 a.m. Eastern Standard Time (EST). Inquiries submitted via telephone calls will be directed to an e-mail submission. Submit offers via Postal Mail to: Communication Center (PRO) Attention: Ericka Landry, 645 Murray Lane Building T-5 SW, Washington, D.C. 20223 Offers must be received at the above listed address by the deadline delineated in paragraph 5. Offers received after this date and time will be considered late and will not be considered. Submit questions to Ms. Ericka Landry, at ericka.landry@usss.dhs.gov and copy Mr. Charles Keeney via email: Charles.Keeney@usss.dhs.gov and Ms. Danielle Donaldson via email: Danielle.donaldson@usss.dhs.gov. Offeror’s who fail to complete and submit proposals/quotes in accordance with the requirements above may be considered non-responsive. 6. Contact the following individual for information regarding this solicitation: Ericka Landry Contracting Specialist Ericka.Landry@usss.dhs.gov Postal Mail proposals are preferred; however, facsimile proposals maybe accepted, contact Contract Specialist for prior approval. If an Offeror is received via facsimile without prior approval it will be considered nonresponsive. 7. Delivery of Offered Equivalent Sample(s): All equivalent items offered, require a sample to be delivered. All deliverable contract items shall be packaged in accordance with established industry commercial practices and provide for damage-free shipment to destination. Only original labels that are completely labeled are acceptable; obliterated, damaged, or missing labels will not be accepted and considered nonresponsive. The contractor shall provide all packing materials, equipment, transportation equipment, and labor required to produce, ship, deliver offered samples. Sample product(s) for the proposed offered equivalent(s) must be provided and clearly marked with the equivalent specifications and brand name equivalent. The equivalent sample(s) are due no later than Tuesday, April 10, 2012 to be considered responsive. The Shipper/deliverer and tracking information must be submitted via e-mail to Ericka Landry with Charles Keeney and Danielle Donaldson copied or faxed with the attention to Ericka Landry at 202-406-6801. Delivery Instructions for the offered sample, all boxes shall list the address of the final destination labeled on the package as followed: COMMUNICATION CENTER (SOD) ATTN: BRIAN SWAIN, 245 Murray Lane, SW, Building T-5 Washington, DC 20223. For those packages with dimensions of 24” w X 32” h and 70 pounds or larger an inspection is mandatory; therefore, a two-part delivery is required, the first destination address follows while the final destination address is listed above: FPS Vehicle Inspection Facility 12 th & C Street, SW Washington, DC 20224 FPS hours of operation are 5am to 5pm Monday thru Friday, phone: 202-345-7798. 8. Number of Contracts to be awarded. The USSS intends to award,multiple, BPA’s against this announcement; however, reserves the right to award one BPA or to not award at all, as it is dependent upon the quality of the proposals/quotes submitted and availability of funds. 9. Rejection of Unrealistic Offers. The Government may reject any proposal/quote that is evaluated to be unrealistic in terms of program commitments, including contract terms and conditions, or unrealistically high or low in cost/price when compared to Government estimates, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program. 10. The requirement for the listed law enforcement equipment shall be in accordance with all applicable federal regulations as this requirement is subject to the Buy American Act as well as the Trade Agreement Acts. 12. Inspection and acceptance of the supplies and deliverables to be furnished, once the BPA’s are established, shall be performed by the Contracting Officer’s Technical Representative (COTR). The Contracting Officer or the COTR may inspect any aspect of performance under this contract at any time. Government inspection and acceptance for all contractual items listed herein will be at destination by the designated COTR. The contractor will be paid for supplies/items provided based on government receipt and acceptance. Acceptance shall be made at destination. Attachments : Provisions and Clauses Technical Specifications Pricing Spreadsheet
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/HSSS01-12-R-0030/listing.html)
- Place of Performance
- Address: District of Columbia, United States
- Record
- SN02722811-W 20120418/120416234623-4b554fc632375bf35bb62b83114b0946 (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 |