Please provide the Unit and extended price for each to include delivery.
Each location will inspect and accept item. Require signed receipt of all deliveries, scanned & emailed to Thomas Gray ([email protected]) or send fax to (940) 898-5588.
Delivery shall be completed within 90 days after receipt of award.
Delivery of two (2) each will be made to the following addresses:
DHS/FEMA/Denver MERS
Bldg 710A Denver Federal Center
Lakewood, CO 80226
DHS/FEMA/Thomasville MERS
434 SOUTH Pinetree 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
a. Delivery Time ARO: ________________________
b. FOB Destination or Origin: _________________.
c. DUNS Number: ________________________
d. TIN Number: ________________________
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 delivery to all locations. 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. Offeror's must be registered in the System of Award Management (SAM) database (via the Internet at http://www.sam.gov). Offer needs to include a completed copy of the provision 52.212-3, Offeror Respresentations and Certifications-Commercial Items, unless the SAM 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 SAM database and who has completed the annual representations and certifications as identified above.
BRAND NAME OR EQUAL: Recommended manufacturer and equipment was determined to be the best and current manufacturer for L Band Satellite converters.
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, 08/28/2013 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 RFQ will NOT be accepted after 1:00 PM/EST on 08/26/2013 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.