Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 27, 2015 FBO #5025
SOLICITATION NOTICE

70 -- TRAINING ROOM AUDIO-VISUAL UPGRADE IN SAN JUAN, PUERTO RICO - Statement of Work (SOW)

Notice Date
8/25/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-MD, 7701 N. Stemmons, Dallas, Texas, 75247, United States
 
ZIP Code
75247
 
Solicitation Number
192115VSA00000043
 
Archive Date
9/2/2015
 
Point of Contact
Terry Teichmann, Phone: 2149058308
 
E-Mail Address
terry.teichmann@dhs.gov
(terry.teichmann@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Pricing Exhibit (Required to be filled-out and submitted with quote) Training Room Audio-Visual Upgrade in San Juan, Puerto Rico (Mirimar Building) PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, 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. Interested parties are responsible for monitoring this site to ensure that they have the most up to date information about this acquisition. (ii) This solicitation number (192115VSA00000043) is issued as a request for quotation (RFQ). The resultant contract will be a firm-fixed price contract. (iii) This solicitation document (RFQ) and incorporated provisions and clauses those in effect through Federal Acquisition Circular 2005-83. (iv) This acquisition is 100 percent (%) set-aside for small businesses. The associated NAICS code for this acquisition is 443142 and the small business size standard is $32,500,000.00. (v) The following list of contract line item number(s), units of measure, quantities, brief description, are needed by the Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE) Agency, Homeland Security Investigations, in accordance with the Statement of Work. LINE 0001, 1 Lump Sum (LS) Audio and Visual equipment and peripherals to perform the statement of work. (See Statement of Work: Training Room Audio-Visual Upgrade, attached to this posting.) LINE 0002: 1 LS Installation and Programming to perform the statement of work. (See Statement of Work: Training Room Audio-Visual Upgrade, attached.) (vi) Description of requirements for the services to be acquired. (See Statement of Work: Training Room Audio-Visual Upgrade, attached.) (vii) Date(s) and place(s) of delivery and acceptance and FOB point: The scope of work is required to be completed within 60 days after receipt of order and the FOB point is F.O.B. DESTINATION (NOV 1991) in accordance with FAR 52.247-34. (See full text of clause below.) (viii) FAR clause 52.212-1, Instructions to Offerors-Commercial Items (April 2014) applies to this acquisition. To be considered for award offeror's are required to submit one copy of Pricing Exhibit, with quoted prices and total price. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. All offers are required to be valid for 45 days beyond the quotation due date. The quote shall not include State, Municipal, or other inapplicable taxes. (ix) The FAR provision 52.212-2, Evaluation-Commercial Items (OCT 2014), does not apply to this RFQ. The Government will award a contract resulting from this solicitation in accordance with FAR 13. Award to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government based on the price and award will be made on an "all-or- none" basis. (x) All offerors shall complete provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (MAR 2015), electronically via the System for Award Management (SAM) online at http: www.sam.gov or if an Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of provision 52.212.3 and submit a copy of with the offer. (xi) FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items (DEC) 2014), applies to this acquisition. (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (DEC 2014), applies to this acquisition and the clause are applicable to the acquisition include: (a)(1)(2)(3); (b); (4); (14); (25); (26); (27); (28); ((30); (33 ii); (37); (38); (40) Alternate II; (44); (51); (xi(B). (xiii) Additional contract requirement(s) or terms and conditions: 1. See FAR clause 52.247-34, F.O.B. Destination (NOV 1991) applies and the full text of the clause is provided below. (See full text of clause below.) 2. Federal Acquisition Regulation (FAR) clause 52.237-1-Site Visit (APR 1984) applies. See full text of clause at the bottom of the document: An optional site visit will be conducted August 28, 2015, at 10:00 AM, Atlantic Standard Time (AST). In order to attend the site visit all vendors interested in attending are required to contact the Ms. Zuleika Rosario ( Zuleika.Rosario@ice.dhs.gov ), Primary Point-of-Contact, by email to obtain instructions for attending the site visit one (1) day prior to the site visit. Vendors are required to provide a list of all attendees to the Primary Point-of-Contact. 3. The quote shall not include State, Municipal, or other inapplicable taxes. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating, are not applicable to this acquisition. (xv) The date, time and place offers are due: Quotes shall be submitted by email to Mr. Terry Teichmann, Contract Specialist, terry.teichmann@dhs.gov no later than Tuesday, September 1, 2015 10:00 AM Central Standard Time (CST). All questions shall be submitted by email as indicated above no later than Monday, August 30, 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-MD/192115VSA00000043/listing.html)
 
Place of Performance
Address: San Juan, Puerto Rico, United States
 
Record
SN03854963-W 20150827/150825235958-72b31a0c543f6f21e7d84cbf8906f387 (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.