The RFP Database
New business relationships start here

Brand Name OR EQUAL - Two Vertical Carousel Storage Systems


Vermont, United States
Government : Homeland Security
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

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 number 70SBUR19R00000102 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-98.

This solicitation is for an open market, competitive, with no set aside.


This is a FY20 requirement and will be awarded utilizing FAR Clause 52.232-18 - Availability of Funds (APR 1984).

The associated NAICS code is 493190 - Other Warehousing And Storage.


See the attachments for a description of requirements for the services to be acquired and all other details.


Brief Description of Requirement:
The United States Citizenship and Immigration Services (USCIS) Office of Intake & Document Production (OIDP) has a need for two (2) Vertical Carousels storage system Kardex/Remstar RS180 or equivalent to support this requirement. The contractor shall install the Vertical Carousel system in room 109 at USCIS 777 NW Blue Parkway, Lee's Summit, MO 64063. The Government will provide electrical power to the units and modification of the ceiling grid and other building obstruction as necessary to accommodate the two (2) units.


See attached PART III - Statement of Work for more information and salient characteristics.


Delivery Period: All items are to be delivered within 120 days from the effective date of award.


Place of Performance:
BUILDING/FACILITY
USCIS 777 NW Blue Parkway Suite 3370
Lee's Summit, MO 64063


See attached:
PART I - Schedule (SF 1449) RFP - 70SBUR19Q00000102 (all inclusive)
PART II - Contract Clauses & Security Requirements
PART III - Statement of Work
PART IV - Solicitation Provisions, Instructions, & Evaluation (will be removed after award)


Firm Fixed Price Line Items


The provision 52.212-1 Instructions to Offerors - Commercial, applies to this acquisition as does the addendum to the provision.


The provision 52.212-2 applies to this procurement with the evaluation factors consisting of price and technical acceptability.


The clause 52.212-4, Contract Terms and Conditions-Commercial items, applies to this acquisition as does the addendum to the provision.


The clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Order - Commercial Items, applies to this acquisition.


Proposal must contain pricing for all line items.


Basis For Award:
The Government intends to award a single award purchase order with firm-fixed price line items resulting from this solicitation to the responsible offeror whose proposal is determined to be technically acceptable, and has the lowest evaluated price. Proposals will be evaluated in accordance with FAR Part 15.101-2, Lowest Price Technically Acceptable. The Government may reject any or all proposals if such action is in the Government's interest. A proposal is technically acceptable if it is fully compliant with all of the requirements of the contract clauses & security requirements, provides understanding of the statement of work, meets the brand name or equal classification, and meets the requirements in the solicitation instructions. Award will be made on the basis of the lowest evaluated price of proposals meeting the Technical Acceptability for non-cost factors.


Following the solicitation guidelines, upon receipt of a proposals, the Government will review the apparent lowest price proposal for technically acceptability. In accordance with the evaluation criteria, if the apparent lowest price proposal is rated technically acceptable, no further evaluations will be completed and the lowest price proposal will be selected for award. If the apparent lowest price proposal is not rated acceptable, the Government will then evaluate the next apparent lowest price proposal for Technical Acceptability. This process will continue until the lowest priced proposal that is technically acceptable is determined.


Submit questions to Joshua.S.Riley@uscis.dhs.gov. The deadline for questions is 4:00PM ET Thursday September 19th, 2019.


Submit a proposal via the email to Joshua.S.Riley@uscis.dhs.gov no later than 10:00AM ET Monday September 23rd, 2019.


Late proposals will not be accepted.


The attachments shown below will be incorporated into the subsequent award.
PART II - Contract Clauses / Security Requirements
PART III - Statement of Work (SOW)


Follow all instructions when submitting your proposal. Proposals that do not adhere to the instructions attached will be removed from consideration.
_


Joshua S. Riley, Contract Specialist, Phone 8028724680, Email Joshua.S.Riley@uscis.dhs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP