SOLICITATION NOTICE
W -- Generators
- Notice Date
- 12/13/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532490
— Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Preparedness Branch, Office of Acquisition Management, 16825 South Seton Avenue, Emmitsburg, Maryland, 21727, United States
- ZIP Code
- 21727
- Solicitation Number
- HSFE02-13-Q-0256
- Point of Contact
- Stephen C. Gibson,
- E-Mail Address
-
stephen.gibson@fema.dhs.gov
(stephen.gibson@fema.dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items under simplified acquisitions prepared in accordance with the format in FAR Subpart 12.6, and 13.3 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. HSFE02-13-Q-0256 is issued as a Request for Quote (RFQ). HSFE02-13-Q-0256 and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-61. The associated North American Industrial Classification System (NAICS) code for this procurement is 532490 with a small business size standard of $7 million. This requirement is a Small Business set-aside and only qualified offerors may submit quotes. FEMA requires generators and spider kits at various locations in the five Burroughs of New York, Long Island, Suffolk, Westchester and other counties for the public while they wait at Disaster Recovery Center's (DRC's) recovery sites. The Offeror shall deliver generators and spider kits and install them upon request. PLEASE SEND EMAIL RESPONSE WITH AVAILBILITY, DUNS# (ACTIVE ONLY), ALL REPS AND CERTIFICATIONS INCLUDING THOSE PERSCRIBED BY FAR 26.206, COST SCHEDULE (NON-BINDING) FOR VARIOUS SIZES OF GENERATORS OFFERED, AND SPIDER KITS FOR DAILY; WEEKLY; MONTHLY RENTAL RATES PER UNIT FOR MEETING THE NEED TO INCLUDE DELIVERY, REFUELING, AND REMOVAL. SUBMIT EMAIL RESPONSES TO STEPHEN.GIBSON@FEMA.DHS.GOV BY 3:00PM (EST) FRIDAY DECEMBER 14, 2012. It is the Governments intent to award a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ). Offerors will be evaluated on price and past performance. Delivery Orders for requirements will be issued, and pricing will be based on the schedule pricing provided in response to this solicitation. In accordance with the Robert T. Stafford Disaster Relief and Emergency Assistance Act (FAR 6.6; 42 U.S.C. 5150), FAR 52.226-3 Disaster or Emergency Area Representation, and Far 52.226-4, Notice of Disaster or Emergency Area Set-Aside (as prescribed by FAR 26.206), HSFE02-13-Q-0223 is issued as a Local area set-aside. The area covered in this contract is: Bronx County, Kings County, Nassau County, New York County, Orange County, Putnam County, Queens County, Richmond County, Rockland County, Suffolk County, Sullivan County, Ulster County and Westchester County. A local firm is defined as a private organization, firm, or individual residing or doing business primarily in a major disaster or emergency area. In order to be compliant all offerors must be located or primarily doing business in the above counties. Offerors must submit the reps and certifications, as prescribed in FAR 26.206, that it does or does not reside or primarily do business in the designated set-aside area with their quote. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected offeror(s) must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror(s) must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items; HSAR 3052.209-70, Prohibition on Contracts With Corporate Expatriates; 52.209-10, Updates of Publicly Available Information Regarding Responsibility Matters; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text messaging while Driving; 52.225-1, Buy American Act; 52.225-13, Restrictions on Certain Foreign Purchases; 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/NETC/HSFE02-13-Q-0256/listing.html)
- Place of Performance
- Address: Various Locations in NY, United States
- Record
- SN02948291-W 20121215/121213234426-73127742e57e83c0039537ec4ba0bc4a (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 |