SOLICITATION NOTICE
42 -- Brand Name Victim Rescue Units - Package #1
- Notice Date
- 7/20/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 315990
— Apparel Accessories and Other Apparel 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, United States
- ZIP Code
- 20223
- Solicitation Number
- HSSS01-15-R-0064
- Archive Date
- 8/18/2015
- Point of Contact
- David Leonard,
- E-Mail Address
-
david.leonard@usss.dhs.gov
(david.leonard@usss.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Past Performance Survey Provisions and Clauses RFP Spreadsheet 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. Proposals are being requested for submission, and a written solicitation will not be issued. Synopsis/solicitation number HSSS01-15-R-0064 is issued as a Request for Proposals (RFP) as a Small Business set-aside. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, effective July 02, 2015. The North American Industry Classification System code (NAICS) is 315990, Apparel Accessories and Other Apparel Manufacturing. The Product Service Code (PSC) is 4240, Safety and Rescue Equipment. The government requires brand name Victim Rescue Units that are manufactured by Essex Industries. The government will only accept Proposals for the specific brand name product that is identified in this solicitation. Proposals for alternate items will not be accepted. The redacted brand name Justification for Other than Full and Open Competition (JOFOC) is available upon request. The Government intends to award a single, Indefinite Delivery, Indefinite Quantity contract that permits ordering on a firm-fixed price basis. The anticipated period of performance will be 5 years which are comprised of a 12-month base period, and four, 12-month option periods. The minimum guarantee is the minimum quantity stated in the attached RFP Spreadsheet. (Refer to Attachment 1). Award will be made to the offeror whose Proposal is the lowest priced, technically acceptable. Potential offerors are hereby notified that the solicitation and subsequent amendments to the solicitation will only be available by downloading the documents at the Federal Business Opportunities Website at http://www.fbo.gov. By submitting a response to this solicitation, the vendor will be self-certifying that neither the offeror nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. This Solicitation is comprised of: I. FORMAT AND SUBMISSION OF PROPOSAL II. PROVISIONS AND CLAUSES III. ADDITIONAL INFORMATION FOR OFFERORS ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ I. FORMAT AND SUBMISSION OF PROPOSAL Part A. Pricing: Offerors must complete the attached spread sheet and return a copy with their Proposal, in addition to any pricing information that the offeror may wish to submit (see attachment 1). Part B. Offerors shall provide: 1) Name, title, telephone number, fax number, and email address of their point of contact. 2) Nine-digit DUNS. The DUNS is used to verify that the vendor is in CCR. By submitting a Proposal, the Offeror acknowledges the Government requirement to be in the Central Contractor Registration (CCR) database prior to award of any contract. Information about CCR may be found at www.ccr.gov. 3) Nine-digit TIN. The Taxpayer Identification Number is necessary for electronic payment. 4) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. If you have completed the annual representations and certifications electronically through SAM at https://www.sam.gov, then provide a statement as such and it will be verified. (Provision included in full text within attachment) 5) Relevant Past Performance Offerors must provide three examples and references for relevant past performance within the last 5 years. Past performance examples should be similar in size and scope when compared to the current requirement. It is requested that the offeror provide the attached Past Performance Survey to three references, who should in turn submit the surveys directly to the contract specialist via email at david.leonard@usss.dhs.gov. The government will evaluate the submitted information but also reserves the right to evaluate information found in the Past Performance Information Retrieval System (PPIRS), Federal Awardee Procurement Integrity Information System (FAPIIS), or any other means available to the government for the purposes of evaluating past performance. Note that direct experience with contract efforts that are similar in scope should yield satisfactory ratings for this factor. If an offeror does not possess direct experience that is relevant to this RFP, then they cannot be rated favorably or unfavorably for this factor. The government will evaluate an offerors past performance based on both recentness and relevance. 6) Technical Solution Offerors must provide documentation that details the technical specifications for all proposed equipment that meets the brand name specifications that are outlined in this RFP. Offerors should indicate any discount pricing for quantities ordered, as well as the delivery time frame from the date that an order is issued by the government for supplies (maximum time allowed is 30 days after receipt of order). Proposals do not have a page limit. All information must be submitted electronically in either Microsoft Office or Adobe format. Part C. Following receipt of the information listed in Part B above, the government will evaluate all submitted information and make an award based on the lowest priced technically acceptable offer that is received in response to the solicitation. In the case where offerors provide tiered unit pricing that decreases as the quantity ordered increases, lowest priced offeror will be determined based on the maximum quantity that is outlined for each option year within the attached spread sheet. An award notification will be emailed directly to all interested parties. All Proposal materials must be submitted to David Leonard via email at david.leonard@usss.dhs.gov. Hard copy or faxed Proposals shall not be accepted. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ II. PROVISIONS AND CLAUSES See attachment 2 entitled, "RFP HSSS01-15-R-0064 - Attachment 2 - Provisions and Clauses" under "packages" within FBO. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ III. ADDITIONAL INFORMATION FOR OFFERORS All questions regarding the solicitation must be emailed to the contract specialist, Mr. David Leonard at David.Leonard@ usss.dhs.gov no later than 08/03/2015 by 12:00 PM EST. The deadline for receipt of Proposals is 08/03/2015 by 12:00PM EST. Communications with other officials may compromise the competitiveness of this acquisition and result in cancellation of the requirement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/HSSS01-15-R-0064/listing.html)
- Place of Performance
- Address: Washington DC Metro Area, Washington, District of Columbia, 20223, United States
- Zip Code: 20223
- Zip Code: 20223
- Record
- SN03803736-W 20150722/150720235740-a1cb892cff57649fdcc460b0225c613f (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 |