The solicitation number, HSFE50-12-R-0033 is issued as a Request for Proposal (RFP), is for the purchase of Six (6) each, Forty Eight (48) ft, Semi Flatbed trailers with soft siding to include delivery at all Department of Homeland Security (DHS) MERS Detachments.
The solicitation document and incorporated provisions and clauses are those in effect thru Federal Acquisition Circular 2005-53.
This RFP is being issued as a HUBZone Small Business Set-aside. The NAICS code for this requirement is 336212, for which the Small Business Size Standard is 500 employees.
Only one award will result from this solicitation, via the issuance of firm-fixed-price contract. FOB Destination pricing is preferred.
SPECIFIC TASKS: Successful contractor shall provide delivery of 6 each trailers and any other necessary expenses to deliver the trailers to the sites below.
Please provide the Unit and extended price for each to include delivery.
Delivery shall be completed within 180 days after receipt of award.
Delivery of one (1) each trailer will be made to the following addresses:
DHS/FEMA/Denver MERS
Bldg 710A Denver Federal Center
Lakewood, CO 80226
DHS/FEMA/Thomasville MERS
404 SOUTH Pintree Blvd
Thomasville, GA 31792
DHS/FEMA/Bothell MERS
220 228th St SW
Bothell, WA 98021-9796
DHS/FEMA/Maynard MERS
65 Old Marlborough Rd
Maynard, MA 01754
DHS/FEMA/Denton MERS
800 North Loop 288
Denton, TX 76201
DHS/FEMA/Frederick MERS
4420 Buckeystown Pike
Fredrick, MD 21704
Each location will inspect and accept vehicle. All contractor personnel requiring access to the Government facility must have a current valid ID indicating US citizenship and for contractor personnel actually driving onto the facility a valid driver's license is required.
See attached specifications for the minimum requirements for the 48 ft flatbed trailer or EQUAL.
a. Delivery Time ARO: ________________________
b. FOB Destination or Origin: _________________.
c. DUNS Number: ________________________
d. TIN Number: ________________________
e. CCR CAGE:_______________________
BASIS FOR AWARD: The Gov't will make award to the responsible/responsive offeror whose proposal will be most advantageous to the Gov't based on lowest price/technically acceptable factors. Offerors shall provide a detailed price proposal to include the cost of all labor costs; associated labor costs and other associated costs (e.g., excise tax, etc.). The price proposal shall be broken down and totaled in order for the Government to perform a complete evaluation of the proposed price. In order for an offeror to be considered technically acceptable, the following mandatory requirements must be met: (a) Offeror must provide the exact or an equal description of the specifications above, (b) offeror must provide three (3) references and projects that are similar to this project including phone numbers of references. Quality of past performance will be evaluated on a pass/fail basis. Offeror's must be registered in the Central Contractor Registration (CCR) database (via the Internet at http://www.ccr.gov) as well as having completed the electronic annual representations and certifications at http://orca.bpn.gov. Offer needs to include a completed copy of the provision 52.212-3, Offeror Respresentations and Certifications-Commercial Items, unless the orca page is up to date.
The provision at FAR 52.212-1 "Instructions to Offerors--Commercial" applies to this acquisition. The following FAR clauses also apply: 52.204-10 "Reporting Executive Compensation and First-Tier Subcontract Awards," 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," with the following clauses cited in 52.212-5 being applicable to this acquisition: 52.203-6 "Restrictions on Subcontractor Sales to the Government," 52.219-8 "Utilization of Small Business Concerns," 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," 52.222-35 "Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans," 52.222-36 "Affirmative Action for Workers with Disabilities," 52.222-37 "Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans," 52.225-1 "Buy American Act--Supplies," 52.225-13 "Restrictions on Certain Foreign Purchases," and 52.232-33 "Payment by Electronic Funds Transfer--Central Contractor Registration." The aforementioned provision and clauses can be accessed electronically at http://www.gsa.gov/far. Prospective sources are reminded that award can only be made to a Contractor who is registered in the Central Contractor Registration (CCR) database and who has completed the online annual representations and certifications as identified above.
BRAND NAME OR EQUAL: Recommended manufacturer and equipment was determined to be the best current trailer used for transporting Reverse Osmosis Water Purification Unit (ROWPU).
If offering an "OR EQUAL" product, offeror must establish the proposed product is truly equal to that requested. Failure to provide such information may be grounds for rejection or proposal without further review. No substitutions will be accepted without information and/or documentation. The evaluation of the "or equal" alternative item will be made by the technical team. If you quote an "or equal" item, you must provide name, model number, description, size, picture, and all other descriptive literature, specification sheets, etc., in order to allow the Government to perform an evaluation of your proposed product. This information is required in order to determine if your proposed product will meet the Government's minimum requirements. You must provide the same information that is currently in the specifications attachment. The information must be included as an attachment to your proposal on the response date of this solicitation.
Due date for receipt of responses to this RFP will be 1:00 PM/EST, 04/30/2012 to Mr. Rafael Taylor at e-mail address: [email protected] or fax number at 540-542-2632 or 2631. Mr. Taylor's telephone number is: 540-542-2832. Electronic responses are required. Questions concerning this RFP will NOT be accepted after 1:00 PM/EST on 04/20/2012 and must be e-mailed or faxed to Mr. Taylor at the e-mail address and fax numbers provided above. Amendments to this RFP will be published in the same manner as the initial synopsis/solicitation.