SOLICITATION NOTICE
58 -- ROSS-18-00079 - ROSS-18-00079
- Notice Date
- 9/25/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
- ZIP Code
- 20528
- Solicitation Number
- ROSS-18-00079
- Archive Date
- 10/12/2018
- Point of Contact
- Marcus J. Riley, Phone: 2024470788, Tanya M. Hill, Phone: (202) 447-5511
- E-Mail Address
-
Marcus.Riley@hq.dhs.gov, Tanya.Hill@hq.dhs.gov
(Marcus.Riley@hq.dhs.gov, Tanya.Hill@hq.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- FLIR T650SC Brand Name or Equal Statement of Work (SOW) Combined Synopsis/Solicitation Description: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The Government intends to award a Firm-Fixed Price Purchase Order under Simplified Acquisition Procedures (SAP) using FAR Part 13 to the responsible Quoter whose quotation conforming to this synopsis/solicitation that is Technically Acceptable and Lowest Price. (ii) The Request for Quotation (RFQ) Number is ROSS-18-00079. (iii) This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97. (iv) This acquisition is not set aside for Small Businesses. The associated North American Industry Classification System (NAICS) code for this acquisition is 334511 and the Size Standard for this NAICS code is 1,250 in number of employees. (v) The Contract Line Item Numbers (CLINS), Description, Quantities, and Units of Measure are: See Attachment A (Schedule of CLINS and Statement of Work.) The anticipated date for contract award is September 28, 2018. (vi) The Contract shall provide for services for FLIR T650sc detection equipment in support of the Department of Homeland Security, Headquarters. (vii) Period of Performance shall be 45 days from date of award. (viii) The FAR provision at 52.212-1, Instructions to Quoters - Commercial Items (AUG 2018) applies to this acquisition. (ix) The FAR provision at 52.212-2, Evaluation - Commercial Items (Oct 2014) applies to this acquisition. The following factors will be used to evaluate offers: Lowest Price Technically Acceptable. (x) FAR 52.212-3 Quoter Representations and Certifications-Commercial Items (AUG 2018) applies to this acquisition. The Federal Acquisition Regulation (FAR) requires quoters to complete annual representations and certifications electronically via the System for Award Management at www.sam.gov/portal. The quoter is hereby required to complete the annual quoter representations and certifications prior to the response due date. (xi) The FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Items (JAN 2017), applies to this acquisition. The following addenda have been attached to this clause: None. (xii) The FAR provision at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2018) applies to this acquisition. Additional FAR clauses applicable to this requirement are: The FAR clause at 52.222-3 Convict Labor (June 2003); 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Oct 2016); 52.222-21, Prohibition of Segregated Facilities (Apr 2015); 52.222-26 Equal Opportunity (Sept 2016); 52.222-50 Combating Trafficking in Persons (Mar 2015); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); 52.225-1 Buy American--Supplies (May 2014); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013); (xiii) The following additional clauses are cited: FAR 52.209-2 Prohibition On Contracting With Inverted Domestic Corporations--Representation (Nov 2015); FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015); Full text of FAR and HSAR clauses and provisions incorporated by reference can be found at www.aquisition.gov/ and at http://farsite.hill.af.mil/VFHSARA.HTM (respectively). (xiv) Rating under the Defense Priorities and Allocations System (DPAS) - N/A. (xv) Any requests for additional information or explanations concerning this document must be received via email to the point of contact noted below no later than 12:00 AM Eastern Standard Time (EST) on Wednesday, September 26, 2018. In order to receive responses to questions, quoters must cite the section, paragraph number, and page number. Quotes are due no later than Thursday September 27, 2018 - 10:00 AM EST and must be submitted electronically (via email) to the individuals noted in section "xvi". A separate solicitation document is not available. (xvi) For more information regarding this RFQ please contact Marcus J. Riley, Contract Specialist, (202) 447-0788 /Marcus.Riley@hq.dhs.gov and Tanya M. Hill, Contracting Officer, (202) 447-5511 / Tanya.Hill@hq.dhs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/ROSS-18-00079/listing.html)
- Place of Performance
- Address: 3801 Nebraska Ave, NW, Washington, DC 20528, Washington, District of Columbia, 20528, United States
- Zip Code: 20528
- Zip Code: 20528
- Record
- SN05104554-W 20180927/180925231157-a82646cba81fad0715de37fe5cc3bf17 (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 |