Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2003 FBO #0722
SOLICITATION NOTICE

69 -- CORRUGATED TARGETS

Notice Date
11/17/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Border and Transportation Security, Federal Law Enforcement Training Center (FLETC), Administrative Division (AAD), 1300 W. Richey, Artesia, NM, 88210
 
ZIP Code
88210
 
Solicitation Number
HSFLR040009
 
Response Due
12/5/2003
 
Point of Contact
Arthur Welton, Contract Specialist, Phone 5057465782, Fax 5057488002, - Cynthia Ybarra, Procurement Technician, Phone 505-748-8010, Fax 505-748-8002,
 
E-Mail Address
art.welton@dhs.gov, Cynthia.Ybarra@dhs.gov
 
Small Business Set-Aside
Total HUB-Zone
 
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; proposals are being requested and a written solicitation will not be issued. This procurement requires the delivery at F.O.B. destination of two different types of Transtar II targets on 275 C corrugated. The specifications for these two targets shall be posted as an amendment to this solicitation or the offeror can send an EMAIL to art.welton@dhs.gov requesting an adobe ?pdf? file containing these specifications. The Government intends to procure an indefinite delivery, indefinite quantity commercial contract with a minimum order quantity of $10,000 in the base year, and $25,000.00 per year in the four following option years. The contract value is estimated to be from $110,000.00 to $290,000.00. The technical requirement is to require a quality cut and printed target that can be delivered as soon as possible after the awardee receives a call order. Even though price is an important selection criteria, a best value determination will be made based upon the offer that best meets the following technical requirements and will be made in accordance with FAR provision 52.212-2 entitled, ?Instructions to Offerors?Commercial.? The following technical factors shall be used to evaluate offers each of equal importance: (1) quality of proofs submitted with offer with the offeror?s commitment that the order may be rejected if it does not meet the quality of the proof; (2) The quickness of delivery after receiving a call order from the Government with the offeror?s commitment that the Government may request consideration for late delivery and finally, (3)an evaluation of past performance. Technical and past performance, when combined, is of significantly higher importance than price in this evaluation. The evaluation of price shall also include a consideration of price breaks in different quantity ranges. This Request for Proposal (RFP) is made under the following RFP number: HSFLR040009. The contract shall be awarded under HSFLP040539. The solicitation and any purchase order awarded thereafter will have provisions and clauses in effect through Federal Acquisition Circular (FAC) 16 dated 31 October 2003. This procurement is restricted to certified Historically Underutilized Business Zone contractors. The period of performance for this acquisition is from time of award through 30 September 2004 with four one year options periods thereafter. Delivery and acceptance of the corrugated targets is FOB destination. Contract Line Item Number (CLIN) 0001 shall have a minimum order quantity of $10,000 and a maximum order quantity of $50,000.00. The descriptive data for deliverables for 0001 are two different types of targets defined as follows: (1) IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS, PROVIDE TRANSTAR II TARGET 41 3/4 INCH X 25 1/4 INCH WHITE DIE CUT TARGET WITH TRANSITIONAL TARGET ON 275 C CORRUGATED IN ACCORDANCE WITH ORDERS FROM GERRY GRIM OR DESIGNEE. VOLUME PRICING IS AS FOLLOWS: (PROVIDE VARYING QUANTITY RANGES AND THE PER UNIT PRICE AT EACH QUANTITY RANGE) and (2) IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS, PROVIDE TRANSTAR II TARGET 48 INCH X 24 INCH WHITE TARGET WITH TRANSITIONAL TARGET ON 275 C CORRUGATED IN ACCORDANCE WITH ORDERS FROM GERRY GRIM OR DESIGNEE. VOLUME PRICING IS AS FOLLOWS: (PROVIDE VARYING QUANTITY RANGES AND THE PER UNIT PRICE AT EACH QUANTITY RANGE. Each offeror shall provide the F.O.B. Destination prices for each of its proposed quantity ranges. CLINs 0002 ? 0005 are each one year option periods each beginning on 1 October and ending on 30 September of fiscal years 05 through fiscal year 08, respectively. The minimum and maximum order quantities for each option period under CLINs 0002-0005 is $25,000.00 and $60,000, respectively. For CLINs 0002 -0005, the offeror shall provide the prices for each quantity range identical to that provided for CLIN 0001. Each offeror shall provide a technical proposal that describes how it will meet each of the technical subfactors previously cited. Included in the technical proposal should be past performance information including a minimum of two envelopes sealed and signed including past performance evaluations. The past performance questionnaire included in each envelop shall include the Vendor?s name, Point of Contact, phone number and best time to call. Also included shall be the type of contract and the contract amount. Each signed and sealed envelop shall include a past performance evaluator?s answer to the following three questions: (1) how would you rate the offeror?s speed of delivery after receiving an order (excellent, very good, satisfactory, poor); (2) How would you rate the offeror?s quality of cutting and printing corrugated (excellent, very good, satisfactory, poor; and, (3) would you do business with the vendor in the future (yes/no)? The offeror shall not be evaluated positively or negatively if no past performance information is provided. Each offeror is required to include a completed copy of the provision under FAR 52.212-3 entitled ?Offeror Representations and Certifications ? Commercial Items.? The terms and conditions under FAR clause 52.212-4 also apply to this acquisition. In addition to the terms and conditions cited in the aforementioned clauses, the following apply to this procurement: FAR 52.211-18 Variation in Estimated Quantity, FAR 52.217-07 Option for Increased Quantity ?Separately Priced Line Item, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.225.3 Buy American Act--North American Free Trade Agreement?Israeli Trade Act--Balance of Payments Program (41 U.S.C. 10a - 10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note), FAR 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129), FAR 52.232-18, Availability of Funds; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration, and FAR 52.233-3 Protest After Award. These provisions and clauses can be found at http://www.arnet.gov/far/. Contact Art Welton, Contracting Officer at 505-746-5782 for any information pertaining to procurement such as information on clauses and provisions. Offers are due at the Federal Law Enforcement Training Center, Bldg 25, Procurement Branch, Artesia, NM 88210 by 4:00 pm MST on 5 December 2003.
 
Place of Performance
Address: 1300 W. RICHEY, BLDG 25, ARTESIA, NM
Zip Code: 88210
Country: USA
 
Record
SN00471046-W 20031119/031117211524 (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.