Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2004 FBO #0851
SOLICITATION NOTICE

53 -- Special Security Combination Locks and Installation

Notice Date
3/24/2004
 
Notice Type
Solicitation Notice
 
NAICS
423710 — Hardware Merchant Wholesalers
 
Contracting Office
DHS - Border and Transportation Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street TSA-25, 4th Floor, Arlington, VA, 22202
 
ZIP Code
22202
 
Solicitation Number
HSTS03-04-R-COO010
 
Response Due
4/1/2004
 
Archive Date
4/16/2004
 
Point of Contact
Marvin Grubbs, Contract Specialist, Phone 571-227-1576, Fax 571-227-2913, - Marvin Grubbs, Contract Specialist, Phone 571-227-1576, Fax 571-227-2913,
 
E-Mail Address
Marvin.Grubbs@tsa.dot.gov, Marvin.Grubbs@tsa.dot.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation, HSTS03-04-R-COO010 is issued as a request for proposal (RFP). This is a total small business set-aside. The associated NAICS code is 423710 and the applicable small business size standard is 100 employees. The Transportation Security Administration (TSA) has a requirement to procure 124 combination locks meeting meetings Federal specification FF-L-2740A. http://www.gsa.gov/gsa/cm_attachments/GSA_DOCUMENT/QPL-FF-L-2740-8_R2FIBX_0Z5RDZ-i34K-pR.pdf http://www.gsa.gov/gsa/cm_attachments/GSA_DOCUMENT/Ffl2740a_R2FIBX_0Z5RDZ-i34K-pR.pdf The locks (2 locks per box on 60 boxes (boxes are located above the ceiling tiles) on the Protective Distribution Systems (PDS) shall be installed by the contractor at a location in the metropolitan Washington, DC area (location to be disclosed upon award). Delivery and installation is required no later than May 1, 2004. The contractor will be responsible for setting the combinations and providing the combinations to Security for secure storage on site. The contractor shall be required to change the combinations once a year prior to the end of the applicable period of performance. The contractor shall also be required to reset the combinations within 8 hours of notification when required by the Security Officer or Facility Manager. This action may occur numerous times during the applicable period of performance. The intended period of performance is 1 year from date of award with four 1 year options for annual combination resets and sporadic resets therein. At no time shall the contractor act upon any sporadic combination reset without funds having been obligated by a warranted Contracting Officer for said action. Please submit an offer for supply of 124 locks (4 of which will be spare locks) as required above, as well a fixed price per annual reset of all combinations and per sporadic reset of the combination per box (not per lock) per base and each option year. Please provide your pricing catalog as evidence of lock and installation cost. Travel to the site will not be reimbursed. Contractor must supply all materials and labor. CLIN 0001 for 124 locks (base year), CLIN 0002 installation of all locks (base year), CLIN 0003 for up to 12 sporadic combination resets base year (price per occurrence), CLIN 0004 for annual combination resets for all 124 locks base year, CLIN 0005 for up to 12 sporadic combination resets option year 1 (price per occurrence), CLIN 0006 for annual combination resets for all 124 locks option year 1, CLIN 0007 for up to 12 sporadic combination resets option year 2 (price per occurrence), CLIN 0008 for annual combination resets for all 124 locks option year 2, CLIN 0009 for up to 12 sporadic combination resets option year 3 (price per occurrence), CLIN 0010 for annual combination resets for all 124 locks option year 3, CLIN 0011 for up to 12 sporadic combination resets option year 4 (price per occurrence), and CLIN 0012 for annual combination resets for all 124 locks option year 4. ****** ALL INTERESETD PARTIES MUST CONTACT THE CONTRACT SPECIALIST, MARVIN GRUBBS, VIA WRITTEN REQUEST BY EMAIL FOR A COPY OF THE APPLICABLE CLAUSES AND PROVISIONS FOR SUBMISSIONWITH YOUR OFFER.******* This effort shall result in a Firm-Fixed Price (FFP) contract type for commercial items and services. Award will be based on the firm that can meet federal specification FF-L-2740A (evidence is required at offer submission) as well as lowest price and acceptable past performance. The Offeror shall provide three (3) references with a brief description of previous projects and similar size and complexity. "Similar size and complexity" for the purpose of the evaluation means: similar in dollar amount; number of client/customer employees serviced and numbers of employees supervised. The TSA may contact those references during the evaluation process to verify relevant experience and level of performance. You should also provide the dollar amount for the referenced projects, how long personnel have been employed on similar projects and what their previous positions, duties and responsibilities were. The Government may, at its discretion, obtain and evaluate information from sources other than those provided by the Contractor. Each example of past performance shall include: a) Contract Number b) Contract Description c) Contract Amount and Type of Contract d) Period of Performance e) Name, address, E-mail address (if available), and telephone number and FAX number of the customer (if a Government contract, please provide the name and telephone number of the Contracting Officer and the COR. If commercial, provide the technical and contracting equivalent). f) Size and complexity of the project. g) Whether all options were exercised, if applicable. For all past performance information, please ensure that the company names, names of points of contact, E-mail addresses, telephone and FAX numbers are current. The Government will not make repeated efforts to contact the references if the information is incorrect. You should also notify the references that their names have been submitted and that the TSA will be contacting them. For any subcontractor performing a critical element of the work, please furnish at least three references for similar projects. You should also provide a description of the work performed, the dollar amount and duration of the project, and the number of subcontractor employees working on the project. This will be a total small business set aside and at least 51% of the work performed must be performed by the small business. OFFERS ARE DUE BY CLOSE OF BUSINESS (5:00 P.M. EST) ON APRIL 1, 2004. OFFERORS ARE RESPONSIBLE FOR SUBMITTING OFFERS, AND ANY MODIFICATIONS, REVISIONS, OR WITHDRAWALS, SO AS TO REACH THE GOVERNMENT OFFICE DESIGNATED IN THE SOLICITATION BY THE TIME SPECIFIED IN THE SOLICITATION. FAILURE TO DO SO MAY RENDER YOUR OFFER UNACCEPTABLE. IT IS ENCUMBENT UPON THE OFFEROR TO VERIFY RECEIPT. CONTRACTORS SHOULD E-MAIL THE OFFER, REPRESENTATIONS AND CERTIFICATIONS, PAST PERFORMANCE REFERENCES, EVIDENCE MEETING SPECIFICATION FL-L-2740A AND PRICING CATALOG) TO THE FOLLOWING E-MAIL ADDRESS: MARVIN.GRUBBS@DHS.GOV. OFFERORS ARE ALSO REQUIRED TO ADVISE OF THEIR DATA UNIVERSAL NUMBERING SYSTEM (DUNS) AND IF THEY ARE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRY (CCR). Please contact Marvin Grubbs at above e-mail address for any additional information regarding this synopsis/solicitation. No telephone number is available at this time.
 
Place of Performance
Address: A single location within the metropolitan Washington DC commuting area. Location to be advised upon award.
 
Record
SN00552837-W 20040326/040324223753 (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.