Federal Bid

Last Updated on 03 Oct 2017 at 8 AM
Combined Synopsis/Solicitation
Center Kentucky

Photoionization Detectors

Solicitation ID HSSCCG-17-Q-00473
Posted Date 11 Sep 2017 at 5 PM
Archive Date 03 Oct 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Uscis Contracting Office(Erbur)
Agency Department Of Homeland Security
Location Center Kentucky United states

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; quotes are being requested and a written solicitation will not be issued. Solicitation number HSSCCG-17-Q-00473 is issued as a Request for Quotations(RFQ).  This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. This is an open market solicitation with a total small business set aside. The associated NAICS code is 334519 – Other Measuring and Controlling Device Manufacturing with size standard of 500 employees.

This solicitation is for three photoionization detectors. The attached Excel spreadsheet lists the item description, quantities and units of measure.

Please fill out the Excel spreadsheet and return as part of your submission by email to Beth Cecchetti, [email protected] by Monday, September 18, 2017 9:00AM EST. Delivery is required by September 29, 2017. Please confirm delivery date will be met.

FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements- Representation (JAN 2017)

FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017)

FAR 52.211-6 Brand Name or Equal (AUG 1999)

FAR 52.212-1 (JAN 2017), Instructions to Offerors – Commercial, applies to this acquisition

FAR 52.212-2, Evaluation – Commercial Items (OCT 2014)

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

1. Technical Acceptability

2. Price

USCIS intends to award a contract in accordance with the Lowest Price Technically Acceptable (LPTA). Best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price.

Offers will be evaluated for Technical Acceptability in order based on their total evaluated price and only the lowest priced offer will be evaluated until it is determined the lowest priced offer does not meet Technical Acceptability criteria; at that point, the next lowest priced offer will be evaluated for Technical Acceptability.  This process will continue until a technically acceptable offer is identified.  If no proposal is technically acceptable upon evaluation of initial proposals or if the Government determines them necessary, the Government reserves the right to enter into discussions.

Technical acceptability is comprised of meeting the requirements as outlined in the pricing spreadsheet, adherence to the delivery schedule in the solicitation.   Award will be made on the basis of the lowest evaluated price of quotes meeting the Technical Acceptability for non-cost factors.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(End of provision)

FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (JAN 2017); Offerors shall include a completed copy of the provision

FAR 52.212-4, Contract Terms and Conditions – Commercial Items (JAN 2017), applies to this acquisition.

The following clauses in FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (JAN 2017), apply to this acquisition:

_X_ (12) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).

_X_ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644).

_X_ (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)).

_X_ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)).

_X_ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).

_X_ (26) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126).

_X_ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).

_X_ (28) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).

_X_ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).

_X_ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).

_X_ (33) (i) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627).

_X_ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513).

_X_ (57) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (Jul 2013) (31 U.S.C. 3332).

(End of clause)

ADDITIONAL INVOICING INSTRUCTIONS:

(a) In accordance with FAR Part 52.212-4(g), all invoices submitted to USCIS for payment shall include the following:

 (1) Name and address of the contractor.

 (2)  Invoice date and invoice number.

 (3)  Contract number, contract line item number and, if applicable, the order number

 (4) Description, quantity, unit of measure, period of performance, unit price, and extended price of supplies delivered or services performed.

 (5) Shipping and payment terms.

 (6) Name and address of contractor official to whom payment is to be sent.

 (7) Name (where practicable), title, phone number, and mailing address of person to notify in the event of a defective invoice.

 (8) Taxpayer Identification Number (TIN).

(b) Invoices not meeting these requirements will be rejected and not paid until a corrected invoice meeting the requirements is received.

(c) USCIS’ preferred method for invoice submission is electronically.  Invoices shall be submitted in Adobe pdf format with each pdf file containing only one invoice.  The pdf files shall be submitted electronically using the “To” line in the e-mail address to [email protected] with each email conforming to a size limit of 500 KB.

(d) If a paper invoice is submitted, mail the invoice to:

USCIS Invoice Consolidation

PO Box 1000

Williston, VT 05495

Bid Protests Not Available

Similar Past Bids

Location Unknown 22 Sep 2003 at 5 AM
Grand coulee Washington 25 Jan 2013 at 9 PM
Location Unknown 16 Apr 2013 at 2 PM
Location Unknown 08 Mar 2005 at 5 AM

Similar Opportunities

Dhs Maryland 11 Jun 2024 at 12 PM
Dhs Maryland 11 Jun 2024 at 12 PM
Dhs Maryland 11 Jun 2024 at 12 PM
Dhs Maryland 11 Jun 2024 at 12 PM
Dhs Maryland 30 Jun 2024 at 4 AM (estimated)