MODIFICATION
84 -- 3_ Law Enforcement Equipment: Tactical Footwear
- Notice Date
- 4/16/2012
- Notice Type
- Modification/Amendment
- NAICS
- 424340
— Footwear Merchant Wholesalers
- 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-Q-0064
- Archive Date
- 5/1/2012
- Point of Contact
- ERICKA LANDRY,
- E-Mail Address
-
ERICKA.LANDRY@USSS.DHS.GOV
(ERICKA.LANDRY@USSS.DHS.GOV)
- Small Business Set-Aside
- N/A
- Description
- ***************************************************************** ***************************************************************** AMENDMENT NO. 1 Please be aware, this combined synopsis/solicitation contains the detailed specifications for Special Notice 3_Law Enforcement Equipment - HSSS01-12-Q-0064 and that this is a 100% set-aside for service disabled veteran owned small businesses (SDVOSB). If you do not have a SDVOSB status you will not be considered. ***************************************************************** ***************************************************************** 1. This a combined synopsis/solicitation for Tactical Footwear 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; offers are being requested and a written solicitation will not be issued. 2. Solicitation HSSS01-12-Q-0064 is being issued as a Request for Quote (RFQ) as the USSS has requirement to put to Blanket Purchase Agreement (BPA) through multiple awards. 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 an offer. 3. This acquisition is associated with the North American Industry Classification System (NAICS) the code is 424340 - footwear merchant wholesalers, with a small business size standard of 100 employees. a)Contractor shall provide an offer for contract line item(s) for a four year 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 1, Tactical Footwear a sub-clin shall be provided for each item offered. Year 2, Tactical Footwear a sub-clin shall be provided for each item offered. Year 3, Tactical Footwear a sub-clin shall be provided for each item offered. Year 4, Tactical Footwear a sub-clin shall be provided for each item offered. •See Attached Items Brand Name Or Equal Specifications For Detailed Requirement. 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: BOOTS: CLIN 0001: Danner Acadia 8" 21210 - Black CLIN 0002: Garmont GTX T4 18101211- Black CLIN 0003: Danner DFA #15406- Black CLIN 0004: New Balance Rappel Mid # 701MCO- Coyote 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 as well as supply both the old and new item part numbers. 4. FAR Clauses 52.212-1 through 52.212-5 apply to this procurement. Offers 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. Offerors 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 Monday, April 16, 2012 10:00 a.m. Eastern Standard Time (EST). Questions are due Tuesday, April 10, 2012 10:00 a.m. Eastern Standard Time (EST). Inquiries submitted via telephone calls will be re-directed to an e-mail submission. Submit offers or any questions to Ms. Ericka Landry, ericka.landry@usss.dhs.gov and copy Mr. Charles Keeney via email: Charles.Keeney@usss.dhs.gov and Ms. Danielle Donaldson Danielle.Donaldson@usss.dhs.gov. Offerors who fail to complete and submit offers 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 *E-mailed offers are preferred; however, Facsimile offers maybe accepted - Contact Contract Specialist for prior approval. 7. Delivery of Offered Equivalent Sample(s): All equivalent items offered require a sample to be delivered to the USSS. All deliverable contract items shall be packaged in accordance with established commercial practices and provide for damage-free shipment to destination. Only original labels that are completely labeled are acceptable; obliterated, damaged, or missing labels are not acceptable. The contractor shall provide all packing materials, equipment, transportation equipment, and labor for offered samples. Sample product(s) for the offered equivalent(s) must be provided and clearly marked with the equivalent specifications and brand name of the equivalent. The equivalent samples are due no later than Monday, April 9, 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 202-406-6801. Delivery Instructions for the Sample Offered equivalent(s), 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 12th & 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 not award any BPA's, as it is dependent upon the quality of the offers submitted and availability of funds. 9. Rejection of Unrealistic Offers. The Government may reject any offer 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 offer 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 tactical footwear 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-Q-0064/listing.html)
- Place of Performance
- Address: District of Columbia, United States
- Record
- SN02723491-W 20120418/120416235630-2a22d349e300f495f208afd4300fcad6 (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 |