Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 16, 2003 FBO #0688
SOLICITATION NOTICE

53 -- Padlocks and Cylinders

Notice Date
10/14/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Forest Service, R-1 Northern Region, P.O. Box 7669 200 East Broadway Regional Office, Missoula, MT, 59807
 
ZIP Code
59807
 
Solicitation Number
R1-04-02
 
Response Due
10/31/2003
 
Archive Date
11/15/2003
 
Point of Contact
Margaret Schafer, Contract Specialist, Phone 406-329-3229, Fax 406-329-3536, - Mary Fields, Procurement Technician, Phone 406-329-3636, Fax 406-329-3536,
 
E-Mail Address
msschafer@fs.fed.us, mfields@fs.fed.us
 
Description
This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR 13.5 and 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. The solicitation number is R1-04-02 and this requirement is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-16. The North American Industry Classification System (NAICS) for this procurement is 332510, Hardware Manufacturing. The Small Business Size Standard is 500 employees. This contract will be a firm fixed-price Indefinite Delivery Indefinite Quanity (IDIQ) contract awarded for the base year (from date of award through September 30, 2004) with option to extend for four additional one year periods (October 1 through September 30 of the respective calendar years). The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise options. Items will be used nationwide by the U.S. Department of Agriculture, Forest Service to secure real property such as buildings, storage areas, perimeter gates, forest road gates, and fuel pumps. A universal key is used by all Forest Service personnel. The first order will be placed upon contract award. The minimum and maximums per year are as follows:, the minimum number for all Padlocks per year is 8,000 and maximum is 15,000; the minimum number of keys per year is 2,000 and maximum is 6,000; the minimum number of cylinders (Yale 1152) per year is 200 and maximum 2000; the minimum number of cylinders (each ? Yale 1801, 1802, & 1109) per year is 10 and maximum 200; the minimum number of door locks per year is 10 and the maximum is 100. BASE YEAR: ITEM 001A- Padlocks (Yale 7324 or Equal) - QTY 8600; ITEM 002A - Padlocks (Yale 7314 or Equal) - QTY 960; ITEM 003A - Padlocks (Yale 7334 or Equal) - QTY 960; For ITEMS 001A-003A ? Do not provide keys, padlocks must be keyed to Forest Service Keyway FL265525 with 5 Pin Keyway and Stamp Marked ?FS?; ITEM 004A ? Keys, FS 5 Pin Keyway FL265525 - QTY 5000, all keys must be stamped ?Do Not Duplicate?; ITEM 005A - Cylinder w/Cylinder Ring (Yale 1152 or Equal), 1 1/8 inch, Finish US26D (Satin Chrome Plated) - QTY 800; ITEM 006A - Cylinder w/Cylinder Ring (Yale 1152 or Equal) 1 1/4 inch, Finish US26D (Satin Chrome Plated) ? QTY 350; ITEM 007A ? Cylinder (Yale 1802 or Equal) - QTY 200; ITEM 008A ? Cylinder (Yale 1801 or Equal) - QTY 200; ITEM 009A Cylinder (Yale 1109 or Equal) - QTY 200; ITEM 010A - Standard Door Lock (Yale 88 or Equal) ? QTY 50; and ITEM 011A -Misc Items such as Cylinders (Yale 1813, 3511 or Equal) Deadbolts (Yale 3611 or Equal) - Provide Price List. OPTION YEAR 1 : ITEM 001B- Padlocks (Yale 7324 or Equal) - QTY 7000; ITEM 002B - Padlocks (Yale 7314 or Equal) - QTY 500; ITEM 003B - Padlocks (Yale 7334 or Equal) - QTY 500; For ITEMS 001B-003B ? Do not provide keys, padlocks must be keyed to Forest Service Keyway FL265525 with 5 Pin Keyway and Stamp Marked ?FS?; ITEM 004B ? Keys, FS 5 Pin Keyway FL265525 - QTY 2000, all keys must be stamped ?Do Not Duplicate?; ITEM 005B - Cylinder w/Cylinder Ring (Yale 1152 or Equal), 1 1/8 inch, Finish US26D (Satin Chrome Plated) - QTY 100; ITEM 006B - Cylinder w/Cylinder Ring (Yale 1152 or Equal) 1 1/4 inch, Finish US26D (Satin Chrome Plated) ? QTY 100; ITEM 007B ? Cylinder (Yale 1802 or Equal) - QTY 10; ITEM 008B ? Cylinder (Yale 1801 or Equal) - QTY 10; ITEM 009B Cylinder (Yale 1109 or Equal) - QTY 10; ITEM 010B - Standard Door Lock(Yale 88 or Equal) ? QTY 10 and ITEM 011B -Misc Items such as Cylinders (Yale 1813, 3511 or Equal) Deadbolts (Yale 3611 or Equal) - Provide Price List. OPTION YEAR 2 : ITEM 001C- Padlocks (Yale 7324 or Equal) - QTY 7000; ITEM 002C - Padlocks (Yale 7314 or Equal) - QTY 500; ITEM 003C - Padlocks (Yale 7334 or Equal) - QTY 500; For ITEMS 001C-003C ? Do not provide keys, padlocks must be keyed to Forest Service Keyway FL265525 with 5 Pin Keyway and Stamp Marked ?FS?; ITEM 004C ? Keys, FS 5 Pin Keyway FL265525 - QTY 2000, all keys must be stamped ?Do Not Duplicate?; ITEM 005C - Cylinder w/Cylinder Ring(Yale 1152 or Equal), 1 1/8 inch, Finish US26D (Satin Chrome Plated) - QTY 100; ITEM 006C - Cylinder w/Cylinder Ring (Yale 1152 or Equal) 1 1/4 inch, Finish US26D (Satin Chrome Plated) ? QTY 100; ITEM 007C ? Cylinder (Yale 1802 or Equal) - QTY 10; ITEM 008C ? Cylinder (Yale 1801 or Equal) - QTY 10; ITEM 009C - Cylinder (Yale 1109 or Equal) - QTY 10; ITEM 010C - Standard Door Lock (Yale 88 or Equal) ? QTY 10; and ITEM 011C -Misc Items such as Cylinders (Yale 1813, 3511 or Equal) Deadbolts (Yale 3611 or Equal) - Provide Price List. OPTION YEAR 3: ITEM 001D- Padlocks (Yale 7324 or Equal) - QTY 7000; ITEM 002D - Padlocks (Yale 7314 or Equal) - QTY 500; ITEM 003D - Padlocks (Yale 7334 or Equal) - QTY 500; For ITEMS 001D-003D ? Do not provide keys, padlocks must be keyed to Forest Service Keyway FL265525 with 5 Pin Keyway and Stamp Marked ?FS?; ITEM 004D ? Keys, FS 5 Pin Keyway FL265525 - QTY 2000, all keys must be stamped ?Do Not Duplicate?; ITEM 005D - Cylinder w/Cylinder Ring (Yale 1152 or Equal), 1 1/8 inch, Finish US26D (Satin Chrome Plated) - QTY 100; ITEM 006D - Cylinder w/Cylinder Ring (Yale 1152 or Equal) 1 1/4 inch, Finish US26D (Satin Chrome Plated) ? QTY 100; ITEM 007D ? Cylinder (Yale 1802 or Equal) - QTY 10; ITEM 008D ? Cylinder (Yale 1801 or Equal) - QTY 10; ITEM 009D - Cylinder (Yale 1109 or Equal) - QTY 10; ITEM 010D - Standard Door Lock (Yale 88 or Equal) ? QTY 10; and ITEM 011D -Misc Items such as Cylinders (Yale 1813, 3511 or Equal) Deadbolts (Yale 3611 or Equal) - Provide Price List. OPTION YEAR 4 : ITEM 001E- Padlocks (Yale 7324 or Equal) - QTY 7000; ITEM 002E - Padlocks (Yale 7314 or Equal) - QTY 500; ITEM 003E - Padlocks (Yale 7334 or Equal) - QTY 500; For ITEMS 001E-003E ? Do not provide keys, padlocks must be keyed to Forest Service Keyway FL265525 with 5 Pin Keyway and Stamp Marked ?FS?; ITEM 004E ? Keys, FS 5 Pin Keyway FL265525 - QTY 2000, all keys must be stamped ?Do Not Duplicate?; ITEM 005E - Cylinder w/Cylinder Ring (Yale 1152 or Equal), 1 1/8 inch, Finish US26D (Satin Chrome Plated) - QTY 100; ITEM 006E - Cylinder w/Cylinder Ring (Yale 1152 or Equal) 1 1/4 inch, Finish US26D (Satin Chrome Plated) ? QTY 100; ITEM 007E ? Cylinder (Yale 1802 or Equal) - QTY 10; ITEM 008E ? Cylinder (Yale 1801 or Equal) - QTY 10; ITEM 009E - Cylinder (Yale 1109 or Equal) - QTY 10; ITEM 010E - Standard Door Lock (Yale 88 or Equal) ? QTY 10; and ITEM 011E -Misc Items such as Cylinders (Yale 1813, 3511 or Equal) Deadbolts (Yale 3611 or Equal) - Provide Price List. Shipping charges shall be included in unit price. All items shall have US4 finish (dull brass) except where otherwise specified. All padlocks shall have a hardened steel shackle with a pull test strength of 1500 pounds tensile force or greater. All padlocks shall be individually wrapped with 6 padlocks per box and 48 boxes per case. All keys shall be packaged 50 keys per box. Each cylinder shall be individually boxed, labeled and ready for shipment. All shipped boxes shall be labeled at ends with the Contract Number, Item Number, Contents and Quantity. The first delivery order for items 001A through 010A will be placed at contract award with delivery 60 days after award. Invoices shall be submitted to: USDA Forest Service, Acquisition Management, P.O. Box 7669, Missoula, MT 59807. Quotes will be evaluated in accordance with FAR 13.106. The Government will award a contract resulting from this RFQ to the responsible offeror whose offer conforms to the RFQ, and is considered to be the best value to the Government. Award will be made to the offeror whose proposal is the best value for the Forest Service comparing technical quality vs. price. Technical evaluation factors, in total, are significantly more important than price. Between proposals of equal technical quality, price will be the determining factor. The following factors shall be used: Contractor?s ability to meet aspects of the technical specifications, past performance and price The Forest Service will be evaluating proposals on ability to meet technical specifications related to providing padlocks that function in all expected weather conditions, resist corrosion, resist tampering, and compatability with current padlocks. Padlocks and keys will be tested for suitability of incorporation into existing stock-on-hand. Locks and keys shall work smoothly and be interchangeable, no hanging up of keys in keyway, etc. Offerors shall submit 5 padlocks and keys for testing with their proposal submission. Padlocks will be destroyed during product testing. To evaluate past performance, offerors shall provide the last 2 years of private, state and/or federal government contacts including a reference name, phone number, project description and amount, problems encountered and/or overcome, and whether or not items were delivered in a timely fashion. The government reserves the right to make award on initial quotes received without discussions. The following FAR provisions and clauses are applicable to this acquisition: FAR 52.212-1 Instructions to Offerors--Commercial Items; FAR 52.212-3--Offeror Representations and Certifications--Commercial Items, FAR 52.212-4 Contract Terms and Conditions--Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 - Equal Opportunity (E.O. 11246), FAR 52.222-35 ? Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 ? Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212), FAR 52.222-19 ? Child Labor-Cooperation with Authorities and Remedies (E.O. 13126), FAR 52.225-3 ? Buy American Act ? North American Free Trade Agreement ? Israeli Trade Act (41 U.S.C 10a-10d, 19 U.S.C. 3301 not, 19 U.S.C. 2112 note), FAR 52.225-13 Restrictions on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129), FAR 52.225-15 ? Sanctioned European Union Country End Products (E.O. 12849), FAR 52.204-7 Central Contractor Registration, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.204-7 ? Central Contractor Registration. 52.216-19 Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $2,000.00 (with the exception of Line Item 011A-E) the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor (1) Any order for a single item in excess of $100,000.00 or ;(2) Any order for a combination of items in excess of $100,000.00; or (3) A series of orders from the same ordering office within 60 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 5 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 52.216-18 Ordering (OCT 1995), 52.216-22 Indefinite Quantity (OCT 1995), 52.217-5 Evaluation of Options (JUL 1990), 52.217-7 Option for Increased Quantity ? Separately Priced Line Item (MAR 1989), 52.217-9 Option to Extend the Term of the Contract (MAR 2000), 52.211-6 Brand Name or Equal (AUG 1999). Vendors wishing to respond to this RFQ should provide the following: A price quote on company letterhead for the requested items showing unit prices, past performance information; product literature to provide a technical description of the products offered including all technical data required; 5 padlocks for product testing; estimated delivery time after receipt of order; payment terms; correct remittance address; and a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications--Commercial Items; Offerors, signed Standard Form 1449 ? Solicitation/Contract/Order for Commercial Items; and padlock and key samples, shall be sent to Contracting Officer, Marge Schafer at USDA Forest Service, Regional Office, PO Box 7669, (200 East Broadway), Federal Building, Missoula, MT 59807. Offers are due by 4:00 p.m., October 31, 2003.
 
Place of Performance
Address: USDA Forest Service Region One, 200 East Broadway, PO Box 7669, Missoula, MT
Zip Code: 59807
Country: USA
 
Record
SN00451933-W 20031016/031014213116 (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.