SOLICITATION NOTICE
56 -- 40 X 40 Tarps - RFP
- Notice Date
- 9/19/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 314910
— Textile Bag and Canvas Mills
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Acquisition Operations Division (AOD), 500 C Street, SW, Third Floor, Washington, District of Columbia, 20472, United States
- ZIP Code
- 20472
- Solicitation Number
- HSFE30-17-R-0039
- Archive Date
- 10/4/2017
- Point of Contact
- Nilesh N. Nayak, Phone: 2022123133, Isaac L. Chapple, Phone: 202-212-3924
- E-Mail Address
-
Nilesh.Nayak@associates.fema.dhs.gov, Isaac.chapple@fema.dhs.gov
(Nilesh.Nayak@associates.fema.dhs.gov, Isaac.chapple@fema.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Specs/TechEval Questions Delivery Terms/Clauses RFP Solicitation Number: HSFE30-17-R-0039 Notice Type: Combined Synopsis/Solicitation 1. 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 2. The solicitation number is HSFE30-17-R-0039 and is issued as a Request for Proposal (RFP). Under this requirement, Federal Emergency Management Agency (FEMA) intends to award a commercial, Firm Fixed Price (FFP) contract. 3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86. The applicable North American Industry Classification Standard (NAICS) code is 314910. The small business size standard is $32.5 Million. This is an unrestricted, full and open acquisition. 4. FEMA intends to purchase the below contract line items: CLIN Description of Supplies/Services Quantity Unit Unit Price Total Price 0001 Tarps 40 x 40 100,000 Each 0002 Drop Trailer Rate Day 0003 Diversion Rate Mile * Diversion rate is only applicable after first 50 miles from original destination 5. Description of requirements for the items to be acquired: The Department of Homeland Security (DHS)/Federal Emergency Management Agency (FEMA) has a requirement to acquire 100K tarps 40x40 - see attached specifications for details. Delivery NLT 9/20/2017 at 1600. 6. Delivery, Inspection, Acceptance and FOB Point of Contact will be provided to awardee. 7. PROVISIONS AND CLAUSES: In case of inclement weather not permitting arrival of participants, the Government reserves the right to make one adjustment to the period of performance with advance notice. All referenced FAR provisions and clauses may be accessed electronically at http://farsite.hill.af.mil/vffar1.htm and HSAR provisions and clauses may be accessed electronically at http://farsite.hill.af.mil. a. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and is incorporated by reference. b. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition and paragraph (a) is completed as follows: The Government will award contract(s) resulting from this solicitation to the responsible offeror(s) whose offer is Lowest Price Technically Acceptable (LPTA) (1) Technical (2) Unit Price The Government intends to award a commercial purchase order(s) resulting from this solicitation to the lowest priced, technically acceptable responsible offeror(s). The factors identified above will be the evaluation factors used to evaluate all offers received. Quotes must be specific in details and clearly identify all the government requirements. On Technical factor: proposals must meet the following: See Attachment 1 Specifications c. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and is incorporated by reference. d. Clauses in Full Text: On Past Performance factor: proposals must meet the following: Offerors must submit evidence to include two (2) references of successful past performance on two (2) projects of similar scope and contract type as the current requirement. Contracts completed as either a prime contractor or as a significant subcontractor are acceptable. In those cases where the offeror has no past performance completing similar contracts, a statement to that effect should be included in the proposal. Additionally, the Government reserves the right to also use Contractor Performance Assessment Reports (CPARS) from the Past Performance Information Retrieval System (PPIRS) in the past performance evaluation of an organization. 8. Quotes must include company name, company DUNS number, and point of contact information. 9. The Defense Priorities and Allocation System (DPAS) applies to this acquisition. 10. All responsible sources should submit quotes to FEMA-NRCC-CAUL@fema.dhs.gov, Isaac.Chapple@fema.dhs.gov, Nilesh.Nayak@fema.dhs.gov and FEMA-NRCC- CAS@fema.dhs.gov by Tuesday, September 19, 2017, 8AM EST. 11. Further details regarding the requirement can be found in the attachments: a. Specifications b. Local Clauses and Billing Instructions
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/PP5-2/HSFE30-17-R-0039/listing.html)
- Place of Performance
- Address: 4175 MEDULLA RD, Lakeland, Florida, 33811, United States
- Zip Code: 33811
- Record
- SN04685466-W 20170921/170919232940-54d1c0a59eb3be9003cc3854c06b20ce (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 |