Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2003 FBO #0655
SOLICITATION NOTICE

99 -- BADGES AND CREDENTIAL HOLDERS

Notice Date
9/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Treasury, Comptroller of the Currency (OCC), Acquisition Management (AQM), 250 E Street, SW Mail Stop 4-13, Washington, DC, 20219
 
ZIP Code
20219
 
Solicitation Number
CC-03-HQ-Q-0056
 
Response Due
9/16/2003
 
Archive Date
10/1/2003
 
Point of Contact
Karen Galloway, Contract Specialist, Phone (202) 874-4567, Fax (202) 874-5625,
 
E-Mail Address
karen.galloway@occ.treas.gov
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotes are being requested and a written solicitation will not be issued. RFQ. Solicitation CC-03-HQ-Q-0056 is issued as a request for quotation (RFQ). The complete statement of work is available in this solicitation. This solicitation is issued as a 100 percent small business set-aside; the NAICS Code is 332999 and the applicable size standard is 500 employees. CONTRACT. The contract resulting from this RFQ will be a firm-fixed price contract with two optional line items. The OCC intends to award a contract to a responsible vendor before September 30, 2003. CONTRACT LINE ITEM NUMBERS (CLINS). The contractor shall give a unit price and total price to design and produce First Articles of Badge and Credential Case, Quantity of 1 Lot, specified in Contract Line Item Number (CLIN) 0001. The contractor shall give a unit price and total price for OCC Badges at a quantity of 3000each identified in CLIN 0002. The Contractor shall give a unit price and total price for OCC Credential Cases at a quantity of 3000 each identified in CLIN 0003. CLINS 0002 and 0003 are Option line items. The OCC may unilaterally exercise these options within 6 months after submittal and approval of the First Articles. The OCC may elect to partially exercise these options for a quantity of not less than 1500 badges and credential cases. Contractor may propose different unit prices based upon option quantity exercised. Contractor shall propose a delivery schedule for Item 0001. Contractor shall also propose a delivery schedule for CLINs 0002 and 0003 in days after option exercise. SCOPE OF REQUIREMENT. The Office of the Comptroller of the Currency (OCC) requires a responsible contractor to provide Badges and Credentials Cases. OCC intends to select a contractor to design an OCC Badge and Credential Case, produce a First Article of such Badge and Credential Case, and, if the option is exercised, provide up to 3000 Badges and Credential Cases. Contractors are to provide samples of existing badges and credential cases that meet the attached specifications. More than one sample badge and one sample credential case may be provided. If contractor has already submitted samples, no additional samples need be provided. Contractors will quote a Firm Fixed Price to design and produce the First Article of the OCC Badge and Credential Case. Selection of a Contractor will be based on Best Value to the OCC taking into account cost, quality and appearance of samples, security features and any conditions imposed by contractors. For the First Articles, Contractor will be required to provide up to three sets of design artwork for the badges and credential cases. Artwork for the badges shall be in color. The OCC may also direct minor changes to the production items to improve appearance of or correct quality problems with the First Articles. . OCC BADGE AND CREDENTIALS CASE SPECIFICATIONS. Badge Badge to be one piece die struck construction from 85/15 solid brass, approximately 2-1/2? X 1-3/4? with 24K gold electroplating, not less than 10 mils, high polish, enamel color fill with up to four colors and a screw post finding. The badge design will incorporate the color Treasury/OCC seal and the words ?Treasury? and ?Comptroller of the Currency? and a consecutive serial/identification number up to four digits at the bottom of the badge. Bidder should include or describe any security design features available to minimize or prevent possible duplication or counterfeiting of the badge. Credential Case Credential case to be constructed of top grain leather, approximately 4? X 5-1/2? folded, top opening with an approximately 1-1/2? X 1-3/8? debossed OCC ?broken doughnut? logo on the exterior front. The interior top portion of the case will have a 3? X 4-1/2? window to display a credential card (actual credential will be approximately 3-1/2? X 5?). The interior bottom left portion of case will have a pocket with a 3-1/8? X 1-7/8? window to display the OCC?s existing employee identification card (OCC identification card is approximately 3-3/8? X 2-1/8?). When the card is inserted in the pocket the graphics and text on the card, including the words U.S. Department of Treasury, the Treasury seal, the words Office of the Comptroller of the Currency, the employee photo, the employee?s name and employee ID number, must be visible through the window and the edges of the card must be concealed behind the leather trim. The interior bottom right portion of the case will have a badge cutout, recessed and matching the shape of the badge with the necessary mechanism for securing the badge with the screw post. The case will also include a felt divider between the top and bottom portions to protect the upper window from rubbing on the badge. DELIVERY AND ACCEPTANCE. Delivery and acceptance of service will be by the Office of Security Services, MS 1-7, OCC 250 E Street, SW, Washington, DC 20219. PROVISIONS and CLAUSES. You can access the full text of a FAR referenced provision or clause electronically at http://www.arnet.gov/far/loadmainre.html. (1) Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. (2) Clause 52.212-2 Evaluation-Commercial Items. The following factors shall be used to evaluate offers: Past Performance of similar work and Price (3) Clause 52.212-4, Contract terms and Conditions-Commercial Items, applies. (4) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and Clause 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration apply. (5) Clause 52.217-7, Option for Increased Quantity-Separately Priced Line Item (MAR 1989): The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 6 months. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. 52.219-6 Notice of Total Small Business Set-Aside; 52.222-26, Equal Opportunity. OCC CLAUSES. The following applies: 1052.212-70(OCC) Supplemental Invoicing Requirements?Commercial Item (Aug 2001). In addition to the invoicing requirements specified in clause 52.212-4, Contract Terms and Conditions?Commercial Items, of this contract, the following special invoicing requirements also apply to the submission of invoices. (a) The contractor shall identify the point of contact (POC) or contracting officer?s technical representative (COTR) for this contract on the face sheet of all invoices submitted under the contract. The POC or COTR is identified in (b)(ii) below. The contractor shall precede the POC or COTR?s name with either a ?POC? or ?COTR? label, as appropriate (e.g., ?POC: John E Doe?). (b) The contractor shall submit an original and two copies of each invoice. Submission shall be as follows: (i) The contractor shall submit the original invoice to the designated billing office. The designated billing office for this contract is?Comptroller of the Currency, Accounts Payable, MS #4-6, 250 E Street, SW, Washington, DC 20219-0001. (ii) The contractor shall submit one copy of the invoice to the point of contact (POC) or contracting officer?s technical representative (COTR), as designated in the contract. The POC or COTR for this contract is: Name: TBD, Address: OCC, 250 E Street, SW, Washington, DC 20219. (iii) The contractor shall submit one copy of the invoice to the contracting officer/contract specialist. The Contract Specialist is?Karen Galloway MS #4-13, OCC 250 E Street, SW, Washington, DC 20219-0001, (202) 874-4567. (c) The contractor shall distribute the original and all copies of the invoice at the same time. SUBMSSION OF QUOTE. Due date for receipt of quotes is Tuesday, September 16, 2003 at 3:00pm ET. Submit your written quote (Original and Two Copies), along with other requested information and materials to: Karen Galloway, MS #4-13, OCC, 250 E Street SW, Washington DC 20219. Note: OCC is experiencing significant delays in receiving mail from the US Postal Service. Please use one of the express delivery services to ship your quote to the OCC or hand-carry or courier-deliver to OCC?s Mail Room at the loading dock end of the OCC building at 250 E Street, SW, Washington, DC. Quotes must be prepared in accordance with the instructions in this Part. Failure to comply with these instructions, in either format or content, may lead to the rejection of a quote. E-mail submission of quotes will not be accepted. SUMMARY OF EXPERIENCE. Provide information about your experience that is relevant to the requirements of this RFQ, information about your current and past contracts in the Federal or Private sectors (within the past three years) similar to the requirements of this RFQ; and references for each of the contracts listed in your summary of experience. For each reference (minimum of three), please provide: (1) Company Name, (2) Product provided (3) Point of contact with current telephone number, (4) Contract Dollar Amount, and (6) Period of Performance. PROVISION 52.212-3, Offeror Representations and Certification-Commercial Items must be completed and submitted with your quote. To receive the ?Treasury/OCC? seal, the OCC ?broken doughnut? logo and the Credential Case Diagram Layout, please e-mail Karen Galloway at Karen.Galloway@OCC.treas.gov
 
Place of Performance
Address: OFFICE OF THE COMPTROLLER OF THE CURRENCY, OFFICE OF SECURITY SERVICES, 250 E STREET, SW MS #1-7, WASHINGTON, DC 20219
Country: UNITED STATES
 
Record
SN00432590-W 20030913/030911213553 (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  © 1994-2020, Loren Data Corp.