SOLICITATION NOTICE
78 -- Gym Equipment - Package #1
- Notice Date
- 8/30/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 451110
— Sporting Goods Stores
- Contracting Office
- Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-DML, 24000 Avila Road, Laguna Niguel, California, 92677, United States
- ZIP Code
- 92677
- Solicitation Number
- 70CDCR18Q00000039
- Archive Date
- 9/7/2018
- Point of Contact
- Al E Kidd, Phone: N/A, Aprell Joyce, Phone: 949.360.2060
- E-Mail Address
-
al.l.kidd@ice.dhs.gov, aprell.joyce@ice.dhs.gov
(al.l.kidd@ice.dhs.gov, aprell.joyce@ice.dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- RFP SOW 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. Solicitation no. 70CDCR18Q0000039 is being issued request for proposal (RFP) set aside for small business. The North American Industry Classification System Code (NAICS) is 451110: Size Standard is $15 million average annual sales. Department of Homeland Security, Immigration and Customs Enforcement requires a procure, deliver, and install gym equipment to Twin Falls. Requirements for gym equipment are as follows: l) Statement of Work (SOW); 2) Shall include all equipment, shipping and installation cost as shown on the attached (SF1449) including a manufacturer's warranty. Reference the Solicitation No.70CDCR 18Q00000039 when submitting a proposal. See attachment Standard Form (SF) 1149 for a list of line item numbers. This procurement is being conducted under the procedures provided for in FAR Part 13.302 Purchase order. The Government anticipates awarding a Purchase Order resulting from this solicitation to the responsible quote whose quote is the lowest price, technically acceptable. In accordance with FAR 52.212-2 Evaluation-Commercial Items, following factors shall be used to evaluate quotes: (I) SOW; (2) Shall include all equipment, shipping and installation cost as shown on the attached SF-18 including a manufacturer's warranty. The following FAR Clauses are incorporated by reference: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, which incorporate the following Clauses: 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 (E.O. 11246); 52.222-35 Affirmative Action for Disabled Veteran Era (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-41 Service Contract Act of 1965, as Amended; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.222-43 Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts); 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act; 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121 and 13129); 52.225-15 Sanctioned European Union Country End Products; 52.225-16 Sanctioned European Union Country Services; and 52.232-33 Payment by Electronic Funds Transfer- System for Award Management. Additional FAR clauses apply: 52.212-4 Contract Terms and Conditions-Commercial Items; Contractors shall complete the information in 52.212-3 Offeror Representations and Certifications-Commercial Items and submit their Representations and Certifications. The Offeror may obtain the full text of the clauses electronically at web site http://www.arnet.gov/far. Request for Quotation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-97. The due date for this synopsis/quotation is Thursday, September 6, 2018 at 2:00pm, Pacific Time. Only e-mail responses will be accepted. E-mail to al.kidd@ice.dhs.gov. All responsible sources must be SAM registered and may submit a proposal which will be considered by the agency. Oral communications are not acceptable in response to this notice. * * * * * *
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-DML/70CDCR18Q00000039/listing.html)
- Place of Performance
- Address: DHS/ICE/ERO, 212 Deere Street, Twin, Idaho, 83301, United States
- Zip Code: 83301
- Zip Code: 83301
- Record
- SN05065111-W 20180901/180830231744-f99a5a2472f6574c30af0ab585bae6d2 (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 |