Florida Bids > Bid Detail

Deployable Mobile Tower Trailer

Agency: JUSTICE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 59 - Electrical and Electronic Equipment Components
Opps ID: NBD00159173164704524
Posted Date: Jul 25, 2023
Due Date: Aug 4, 2023
Solicitation No: M-23-A31-R-000217
Source: https://sam.gov/opp/3f29a0605d...
Follow
Deployable Mobile Tower Trailer
Active
Contract Opportunity
Notice ID
M-23-A31-R-000217
Related Notice
SS-M-23-A31-R-000217
Department/Ind. Agency
JUSTICE, DEPARTMENT OF
Sub-tier
US MARSHALS SERVICE
Office
OFFICE OF PROCUREMENT, OPERATIONAL SUPPORT SECTION – A47
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jul 25, 2023 10:20 am EDT
  • Original Date Offers Due: Aug 04, 2023 01:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5985 - ANTENNAS, WAVEGUIDES, AND RELATED EQUIPMENT
  • NAICS Code:
    • 334220 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
  • Place of Performance:
    Orlando , FL
    USA
Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with format in the Federal Acquisition Regulations (FAR) 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 M-23-A31-R-000217 is being issued as a Request for Quotes (RFQ) in accordance with FAR Parts 12 and 13 by the United States Marshals Service (USMS), Office of Procurement (OOP), Operational Support Section (OSS). The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular (FAC) Number 2023-04 dated 02 June 2023. Provisions and clauses incorporated by reference have the same effect as if they we in full-text format. The full text of the FAR can be reviewed at https://www.acquisition.gov.



This procurement is set-aside 100% for total small business concerns. The applicable North American Industry Classification System (NAICS) Code for this acquisition is 334220 with a size standard of 1,250 employees. The applicable Product Service Code (PSC) is 5985.



The United States Marshals Service (USMS) Tactical Operations Division (TOD), Office of Strategic Technology (OST) located in Orlando, FL has a requirement for a deployable radio tower (mobile tower) system. Please see attached “Requirements List” as supplied by OST for item specifications. Potential vendors must meet or exceed all specifications/requirements to be considered for award. All potential vendors MUST BE the original equipment manufacturer of the required item.



The successful vendor will be required to deliver the deployable radio tower in its entirety to the address specified by the USMS within 120-days after receipt of purchase order.



The Basis for Award will be Lowest Priced Technically Acceptable (LPTA) amongst all offers with an acceptable past-performance rating. The requirements/specifications are outlined in the attachment entitled Requirements List. To be considered technically acceptable the contractor must provide adequate documentation to demonstrate that they can meet or exceed all items in the requirement/specification attachment. The Government is under no obligation to request additional information to verify this, but reserves the right to do so. It is the responsibility of the vendor to provide sufficient information to verify they meet the requirement. The requirements for this acquisition are well defined and the risk of unsuccessful contract performance is minimal; therefore, LPTA is appropriate. FAR 13.106(a)(2)(v) & (vi) have been reviewed and all requirements for the use of LPTA have been met. This requirement is subject to the availability of funds; however, should funds be made available, the contract type will be Fixed-Firm-Price (FFP).



All offers are due no-later-than 1:00 PM EST on 04 August 2023. All questions are due no-later-than 11:00 AM on 31 July 2023. All offers and questions shall be submitted via email to both: christopher.jones10@usdoj.gov and julie.simpson@usdoj.gov. Questions will not be accepted via phone call(s).



Guideline for Submission



(1) – All offerors shall review this solicitation, provisions and clauses, and all attachments prior to submitting a quote. Any questions regarding this solicitation must be submitted PRIOR to the question deadline outlined above.



(2) – All questions received PRIOR to the question deadline will be compiled and answered by 5:00 PM EST on 1 August 2023. Offerors are encouraged to periodically check the System for Award Management (SAM.gov) for any amendments that may be made to the original solicitation, and for the answers to any questions received prior to the question deadline.



(3) – All offerors are required to have an active registration in SAM at the time they submit their offer/quote. If the offeror does not have an active registration, their offer cannot be considered by the Government. Offerors must also have an active registration in SAM at the time of award to be eligible to receive contract award.



(4) – All offers are due no-later-than 1:00 PM EST on 04 August 2023.



(5) – All questions and offers must be submitted to BOTH christopher.jones10@usdoj.gov and julie.simpson@usdoj.gov. Questions and offers will only be accepted via electronic delivery to the email addresses specified above.



(6) – All offers shall be on company letterhead and must contain the following information:



• Unique Entity ID (UEI) Number



• CAGE Code



• Tax ID Number



• Company Name and Address



• POC Name, Email and Phone Number



• Quote Number



• Solicitation Number



(7) – All offers must have the ability to receive payment via the Invoice Processing Platform (IPP). IPP is a secure, web-based program utilized by Federal agencies to manage the invoice process. IPP registration IS NOT REQUIRED to submit a quote/offer for this procurement, but the successful offeror must register for IPP after award is made.


Attachments/Links
Contact Information
Contracting Office Address
  • OPER SUPPORT SECTION, OOP, FSD STE 900, CS3, 3601 PENNSY DRIVE
  • LANDOVER , MD 20785
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >