Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2003 FBO #0430
MODIFICATION

81 -- Baggae Screening Plastic Padlock Consumables

Notice Date
2/3/2003
 
Notice Type
Modification
 
Contracting Office
Department of Transportation, Transportation Security Administration, Headquarters TSA, 701 S. 12th Street 4th Floor, Arlington, VA, 22202
 
ZIP Code
22202
 
Solicitation Number
DTSA20-03-Q-00776
 
Response Due
2/12/2003
 
Archive Date
2/27/2003
 
Point of Contact
Michael Derrios, Contracting Officer, Phone 571.227.1573, Fax 571.227.2913,
 
E-Mail Address
mike.derrios@tsa.dot.gov
 
Description
NOTE: THE CLOSING DATE FOR THIS SOLICITATION HAS BEEN EXTENDED TO NO LATER THAN CLOSE OF BUSINESS (5:00 P.M.) ON FEBRUARY 12, 2003. PRODUCT SAMPLES AND QUOTES ARE DUE AT THAT TIME. This is a combined synopsis/solicitation for commercial items. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation, DTSA20-03-Q-00776 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-11. This solicitation is unrestricted. The associated NAICS industry group code is 3261 Plastics Product Manufacturing and the small business size standard is 500. In accordance with the Aviation and Transportation Security Act the TSA is required to have the ability to open 100% of baggage for daily security inspections. TSA's legal obligation is to reseal all baggage that has been opened for inspection. This population of items will include boxes and other types of baggage that will require a method of securing by TSA by means of the line items mentioned in this combined synopsis/solicitation. THE LINE ITEMS ARE AS FOLLOW: 0001 -BAGGAGE SECURITY PLASTIC PADLOCK SEALS, QTY= 37,000,000 EACH. (THESE QUANTITIES REPRESENT A 30-DAY SUPPLY.) CLIN DESCRIPTIONS- 0001 - Baggage Security Plastic Padlock Seals: Generally this seal can be described as having the same basic shape and functionality of a regular padlock. The overall dimensions are approximately; width: 1 inch, height: 1.5 inches and .01-.25 inch thick. The seal should be designed so that the hasp cannot be removed from the base once inserted without breaking or otherwise deforming so that it is tamper-evident. The hasp should have a breaking strength of between 11 and 13 pounds. The seals shall be imprinted or embossed with 'TSA'. Serial numbers are required. The vendor shall modify this design when instructed by TSA based on experience and field-testing. These designs may be changed as often as once every 30 days. Plastic Seals shall be produced in two colors - red (Passenger version) and blue (TSA version). The Quantity Breakdown for the two types is as follows: RED PASSENGER VERSION - 22,000,000 EACH & BLUE TSA VERSION - 15,000,000 EACH FOR A TOTAL OF 37,000,000 EACH. THE SPECIFIC QUANTITIES REFERENCED IN THIS RFQ ARE INITIAL QUANTITIES AND WILL BE ORDERED UPON CONTRACT AWARD. POTENTIAL OFFERORS SHALL PROVIDE UNIT PRICES FOR FOLLOW-ON PROCUREMENT ACTIONS OF SIMILAR ITEMS AND QUANTITIES FOR A PERIOD OF ONE (1) YEAR. THE GOVERNMENT WILL HAVE THE FLEXIBILITY TO ORDER REQUIRED QUANTITIES AT A FIXED-PRICE BASED ON ACTUAL USAGE. THE CONTRACTOR SHALL OFFER THE GOVERNMENT ANY FAVORABLE QUANTITY PRICE BREAKS. THE CONTRACTOR MUST SUBMIT PRODUCT SAMPLES IN THE AMOUNT OF ONE HUNDRED (100) EACH OF THE ITEM IDENTIFIED IN CLIN 0001 ABOVE AT THE TIME OF RESPONSE TO THIS SOLICITATION. After contract award, the contractor shall be required to modify the design of the plastic padlock in CLIN 0001. The modified red passenger version will have two matching serial numbers (alpha/numeric), and the second serial number shall be imprinted on a detachable stub. The modified blue TSA version shall have a single serial number (alpha/numeric) and no detachable stubs. The contractor shall provide first article samples in the amount of one (1) standard production lot, but not less than ten thousand (10,000) each, of the modified version so that TSA can perform first article testing of the items. First article samples of the modified padlock version shall be provided to TSA no later than sixty (60) days after date of contract award. Upon successful first article testing, the contractor shall phase-in the modified version of the plastic padlock beginning at ninety (90) days after date of contract award. Deliveries shall be coordinated by TSA to approximately 429 airports nationwide at addresses to be furnished by the Government. TERMS AND CONDITIONS - The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this solicitation. The provision at 52.212-2 Evaluation -- Commercial Items applies to this solicitation and the specific evaluation criteria included in paragraph (a) of that provision is Quality of Product Sample. The Contractor shall submit a quantity of one hundred (100) product samples for each CLIN referenced in this notice. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with response to this RFP. The subsequent purchase order for services shall include the clause at 52.212-4, Contract Terms and Conditions -- Commercial Items. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, shall also be included in the purchase order. This effort shall result in a fixed-price (FFP) purchase order for supplies with a period of performance of one-year from date of contract award. The contractor shall submit a quote outlining their price and availability for all of the quantities contained in this RFQ. The Government shall evaluate quotations based on 1.) Quality of product sample, 2.) Ability to meet quantities required, 3.) Maximum use of small business participation and 4.) Price. Award will be made on a best-value basis in conjunction with these factors. QUOTES AND PRODUCT SAMPLES ARE DUE NO LATER THAN CLOSE OF BUSINESS (5:00 P.M.) ON FEBRUARY 5, 2002. CONTRACTORS SHOULD SUBMIT THE QUOTE, PRODUCT SAMPLES AND THE REPRESENTATIONS AND CERTIFICATIONS AS REQUIRED BY 52.212-3 (SEE ABOVE) TO THE FOLLOWING ADDRESS: ATTN: MIKE DERRIOS, TSA HEADQUARTERS, WEST TOWER, 4TH FLOOR, TSA-14, 400 SEVENTH STREET, SW, WASHINGTON, D.C. 20590. ALL POTENTIAL OFFERORS MUST REQUEST A COPY OF THE TSA ARTWORK IN WRITING BY CONTACTING MICHAEL DERRIOS, CONTRACTING OFFICER, AT MIKE.DERRIOS@TSA.DOT.GOV OR FAX AT 571-227-2913.
 
Place of Performance
Address: TO BE DETERMINED
 
Record
SN00252059-W 20030205/030203213519 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.