SOLICITATION NOTICE
62 -- LED Floodlights - Clauses - Price Sheet
- Notice Date
- 8/31/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335129
— Other Lighting Equipment 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
- HSSS01-15Q0274
- Archive Date
- 9/23/2015
- Point of Contact
- David Romley, Phone: 2024066355, Morgan A. Schickler, Phone: 2024069713
- E-Mail Address
-
david.romley@associates.usss.dhs.gov, Morgan.Schickler@usss.dhs.gov
(david.romley@associates.usss.dhs.gov, Morgan.Schickler@usss.dhs.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Price Sheet Clauses 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. Quotes are being requested for submission, and a written solicitation will not be issued. Solicitation number HSSS01-15-Q-0274 is 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 335129. The Product Service Code (PSC) is 6230. The government has a requirement for Samsung LED Floodlights. This is a brand name or equal procurement. To be acceptable, all substitute products quoted shall meet the following specifications: 1. The lights must have a minimum of 21,000 lumens of output. 2. The lights must be LED and achieve maximum lumen output immediately upon activation. 3. The size must not exceed 20"x17"x 6". 4. The lights must not exceed 35lbs. 5. The lights must operate at 110-240 Volts AC. 6. The lights must be CE tested, UL listed with IP65 waterproofing. Any substitute quoted shall state that specifications listed are met. The government intends to award a single, firm fixed-price contract as a result of this solicitation. Contractor shall provide best delivery date. Award will be made to the offeror whose quote is the lowest priced, technically acceptable. Technical acceptability will be determined based on offerors' ability to meet the specifications listed. 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 QUOTE II. PROVISIONS AND CLAUSES III. ADDITIONAL INFORMATION FOR OFFERORS ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ I. FORMAT AND SUBMISSION OF QUOTE Offerors must complete the attached spread sheet and return a copy with their quote, in addition to any pricing information that the offeror may wish to submit (see attachment 2). Offerors must comply with the requirements of 52.211-6. 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 SAM. By submitting a quote, the Offeror acknowledges the Government requirement to be in the SAM database prior to award of any contract. Information about SAM may be found at www.sam.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, then provide a statement as such and it will be verified. (Provision included in full text within attachment) 5) Relevant Past Performance: The government will review PPIRS to evaluate past performance. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ II. PROVISIONS AND CLAUSES See attachment 3 entitled, "RFQ HSSS01-15-Q-0274 - Attachment 3 - Provisions and Clauses" under "packages" within FBO. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ III. ADDITIONAL INFORMATION FOR OFFERORS All quotes and questions regarding the solicitation must be emailed to the contract specialist, Mr. David Romley at David.Romley@associates.usss.dhs.gov and Morgan Schickler at Morgan.Schickler@usss.dhs.gov no later than the date specified in this solicitation. 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/HSSS01-15Q0274/listing.html)
- Place of Performance
- Address: Washington, District of Columbia, United States
- Record
- SN03863446-W 20150902/150831235240-ee9f4822063c409f811ef6da06b3255d (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 |