SOLICITATION NOTICE
65 -- PERSONAL EVACUATION KITS - Package #1
- Notice Date
- 8/26/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of Justice, Offices/Boards/Divisions, Executive Office for Immigration Review, Contracts and Procurement Staff, 5107 Leesburg Pike, Suite 1711, Falls Church, Virginia, 22041
- ZIP Code
- 22041
- Solicitation Number
- RFQ-JPQ-DJJ-16-EOIR-0503
- Point of Contact
- Kohnnavine Om, Phone: 7036051745, Lester Pagano, Phone: 703-756-8010
- E-Mail Address
-
kohnnavine.om@usdoj.gov, lester.pagano@usdoj.gov
(kohnnavine.om@usdoj.gov, lester.pagano@usdoj.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Orange Pouch II Orange Pouch I Orange Pouch Masks, Gloves Equipment RFQ This notice is a combined synopsis/solicitation for commercial items 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 (RFQ-JPQ-DJJ-16-EOIR-0503) which is issued as a Request for Quotation (RFQ); quotations are being requested and a written solicitation will not be issued. This procurement is a total small business set-aside. The North American Industry Classification System (NAICS) code for this procurement is 423450 (Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers), the Product/Service Code is 6515 (Medical and Surgical Instruments, Equipment, and Supplies), and the size standard is 200 employees for small business. The Executive Office for Immigration Review (EOIR), U.S. Department of Justice (USDOJ), Office of Security is seeking to procure Personal Evacuation Kits for of Operations Program (COOP) and Occupant Emergency Plans. CLIN 0001 Personal Evacuation Kits EA Qty - 2,114 CLIN 0002 Delivery Charges EA Qty - 1 Attachments: Request for Quote and Photos All items shall be delivered FOB Destination no later than 90 days after receipt of award (ARO) to specific court locations identified in the RFQ. Priority courts identified in the RFQ shall have items delivered within 45 days after award. The provisions and clauses in the RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-89, effective 14 July 2016. Offerors shall provide information required by FAR 52.212-1 (Oct 2015), Instructions to Offerors-Commercial Items, which is incorporated by reference. FAR 52.212-2 (Oct 2014), Evaluation Commercial Items: Selection and award will be made to the lowest priced, technically acceptable (LPTA) Offeror. In order to be found technically acceptable the Offeror must meet the following: 1) Meet technical criteria identified in the RFQ. Technical acceptability will be determined by a review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (July 2016). Please ensure your business is registered electronically via the System for Award Management (SAM) Website located at https://www.sam.gov/portal and all information is entered or updated to include your business size for NAICS 332994 for small arms nonmanufacturer suppliers, if applicable. FAR 52.212-4 (May 2015), Contract Terms and Conditions-Commercial Items is applicable, which is incorporated by reference. FAR 52.212-5 (Jun 2016), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; and, 52.247-34, FOB Destination. The Federal Acquisition Regulation (FAR) is available via the Internet at URL: http://www.acquisition.gov/far/index.html Questions are due no later than 10:00 am Eastern Standard Time (EST), 31 August 2016. Questions shall e-mailed to the following: • opseoirprocurement@usdoj.gov • lester.pagano@usdoj.gov • kenneth.peoples@usdoj.gov Quotations are due no later than 10:00 am Eastern Standard Time (EST), 9 September 2016. Quotations shall e-mailed to the following: • opseoirprocurement@usdoj.gov • lester.pagano@usdoj.gov • kenneth.peoples@usdoj.gov Government POC is Mr. Les Pagano, 703-756-8010 or Mr. Kenny Peoples, 703-756-8388
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/JMD/EOIR/RFQ-JPQ-DJJ-16-EOIR-0503/listing.html)
- Place of Performance
- Address: See RFQ - Multiple locations., Headquarters, EOIR, USDOJ, 5107 Leesburg Pike, Falls Church, Virginia, 22041, United States
- Zip Code: 22041
- Zip Code: 22041
- Record
- SN04242771-W 20160828/160826234625-453cdc93eed5dc8a9158ddd2dfdb4245 (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 |