Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2012 FBO #3913
SOLICITATION NOTICE

25 -- Transparent Armor - RFP Requirement Documents

Notice Date
8/9/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561613 — Armored Car Services
 
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, United States
 
ZIP Code
20223
 
Solicitation Number
HSSS01-12-R-0054
 
Archive Date
9/7/2012
 
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
Statement of Work - attachment 1, request from contract specilist Pricing Spreadsheet - attachment 3 Past Performance Information - attachment 2 Requst for Proposal 1. This combined synopsis/solicitation for Enhanced Transparent Armor Samples is 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 will not be issued. 2. This combined synopsis/solicitation is being issued as a request for proposal (RFP) as the USSS is seeking to award a contract under full and open competition. This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation (FAR) and the Homeland Security Federal Acquisition Regulation Supplement (HSARS). All responsible sources may submit a proposal. Offerors shall request by email the Statement of Work (SOW). 3. NAICS. This acquisition is associated North American Industry Classification System (NAICS) codes are; 561613 armored car services a small business size standard of $25,000,000.00. 4. CONTRACT LINE ITEMS (CLIN): Contractor shall provide a proposal for the contract line item(s) as in accordance with the Statement of Work (SOW) to provide test flat and curve glass-plastic laminates for automotive armor applications that incorporates an on-demand darkening film. a. Sub-Contract Line Items: The Contractor shall provide (list) the items that build up to the final product. b. Delivery: The anticipated delivery is six-months from award. c. FOB: Destination, unless specified differently in the award the supplier is responsible for inspection and quality control requirements. d. Period of Performance: Offerors are encouraged to submit a schedule with the proposal. e. Technology Refresh. Any item acquired from a contract awarded against this solicitation shall be delivered with the latest technology. Therefore should an item or material 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 supplying both the old and new item part numbers. 5. 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 Offeror must be registered in the System for Award Management (SAM) for the Online Representations and Certifications (ORCA) 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 at the SAM website: https://www.sam.gov per FAR 52.212-1. Lack of this registration 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 a Firm-Fixed Priced contract resulting from this solicitation. 6. Proposal/Questions Deadline. Offers are due Thursday, August 23, 2012 at 10:00 a.m. Eastern Daylight Time (EDT). Questions deadline is Thursday, August 16, 2012 at 10:00 a.m. Eastern Daylight Time (EDT). Inquiries submitted via telephone calls will be directed to an e-mail submission. Submit proposals and/or questions to Ms. Ericka Landry, ericka.landry@usss.dhs.gov and copy Mr. Charles Keeney via email: Charles.Keeney@usss.dhs.gov. Offeror’s who fail to complete and submit proposals in accordance with the requirements above may be considered non-responsive. 7. Contact the following individual for information regarding this solicitation: Ericka Landry Contracting Specialist Ericka.Landry@usss.dhs.gov Electronic Mail proposals are preferred; however, facsimile proposals maybe accepted, contact the Contract Specialist for prior approval. If an Offer is received via facsimile without prior approval it will be considered nonresponsive. 8. Delivery Sample(s): within six-months of contract award date. 9. Number of Contracts to be awarded. The USSS intends to award a firm fixed priced BPA against this announcement; however, reserves the right to award one or to not award at all, as it is dependent upon the quality of the proposals/quotes submitted and availability of funds. 10. 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. 11. Buy American Act. This requirement shall be in accordance with all applicable federal regulations as this requirement is subject to the Buy American Act. Refer to attached Provisions and Clauses. 12. Inspection and Acceptance. Refer to attached SOW and request for proposal (RFP). 13. Additional documents Request for Proposal • Provisions and Clauses • Instructions to Offerors • Evaluation Factors Statement of Work Past Performance Form • Exhibits A & B Pricing Spreadsheet, example
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/HSSS01-12-R-0054 /listing.html)
 
Place of Performance
Address: washington, District of Columbia, 20223, United States
Zip Code: 20223
 
Record
SN02833752-W 20120811/120810001741-a360f2f2ded8fc68d4a889537079a4a1 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.