Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2004 FBO #0913
SOLICITATION NOTICE

71 -- TSA Steel lockers and miscellaneous steel furniture

Notice Date
5/25/2004
 
Notice Type
Solicitation Notice
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
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-Q-RES198
 
Response Due
6/11/2004
 
Archive Date
6/26/2004
 
Point of Contact
Karla Guzman, Contract Specialist, Phone 571-227-3203, Fax 571-227-1948,
 
E-Mail Address
Karla.Guzman@dhs.gov
 
Description
This is a combined synopsis/solicitation for the award of a Blanket Purchase Agreement (BPA) for the purchase, delivery, and installation of metal lockers and storage units that will be installed at approximately 242 airport locations. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation, HSTS03-04-Q-RES198, is issued as a Request for Quotation (RFQ). This solicitation is unrestricted. The associated NAICS industry group code is 337215 - SHOWCASE, PARTITION, SHELVING, AND LOCKER MANUFACTURING. The small business size standard is 500 employees. Quantities of items to be delivered and installed at each location will vary and is unknown. TSA requires offerors to propose a fixed-price for each item identified in CLINs 0001 to CLIN 0009. In addition vendors should provide fixed percentages for installation and delivery per location listed on the Airport Listing (Attachment 1). These two percentages (separate percentage for installation and delivery) will be multiplied by the price of each product ordered to arrive at a final lump sum price per product, which will be multiplied by the required quantity per delivery order. The Contractor is required to provide a flat-rate charge for delivery and installation regardless of variables related to physical conditions (stairs, distances from shipping location, security screening, etc.) Contractors are permitted to propose alternate solutions for the handling of delivery and installation in addition to the format provided in this solicitation. Potential offerors should be capable of installing and delivering the products to all the locations included in the Airport Listing (Attachment 1). Other locations may be added as identified by TSA. In addition, the incumbent should have availability of the three different colors stated on the line items to satisfy the colors requirements needed by the different airports. THE LINE ITEMS ARE AS FOLLOW: CLIN 0001 ? Locker, Two-Tier, Fully Assembled/welded, 24 gauge steel frame, 22-gauge steel flat top/bottom, 16-gauge steel louvered doors w/ stiffener, legs, steel padlock hasps, 12" x 18" x 78". CLIN 0002 ? Locker, Four-Tier, Fully Assembled/welded, 24 gauge steel frame, 22-gauge steel flat top/bottom, 16-gauge steel louvered doors w/ stiffener, legs, steel padlock hasps, 12" x 18" x 78". CLIN 0003 ? Locker, Six-Tier, Fully Assembled/welded, 24 gauge steel frame, 22-gauge steel flat top/bottom, 16-gauge steel louvered doors w/ stiffener, legs, steel padlock hasps, 12" x 18" x 78". CLIN 0004 ? Wardrobe Cabinet #1 with doors, Fully assembled, fixed top/bottom shelf, 20-gauge steel doors w/ lock, galvinized steel garment rod, 22-gauge steel back/side/end panels, 36" x 18" x 64". CLIN 0005 ? Wardrobe Cabinet #2 with doors, Fully assembled, fixed top/bottom shelf, 20-gauge steel doors w/ lock, 18-gauge steel reinforced shelves, 22-gauge steel back/side/end panels, 36" x 18" x 78". CLIN 0006 ? Storage Cabinet #1 with doors Fully assembled, fixed top/bottom shelf, 20-gauge steel doors w/ lock, 18-gauge steel reinforced shelves, 22-gauge steel back/side/end panels, 36" x 18" x 64". CLIN 0007 ? Storage Cabinet #2 with doors, Fully assembled, fixed top/bottom shelf, 20-gauge steel doors w/ lock, 18-gauge steel reinforced shelves, 22-gauge steel back/side/end panels, 36" x 18" x 78". CLIN 0008 ? Closed Shelving, Fully assembled, fixed top/bottom shelf, 18-gauge steel reinforced shelves, 22-gauge steel back/side/end panels, 36" x 18" x 75". CLIN 0009 ? Open Shelving, Fully assembled, nut/bolt adjustable 18-gauge steel shelving, steel cross strap bracing 36" x 18" x 75". The required colors for the aforementioned products are gray, beige, and black. TERMS AND CONDITIONS: TSAAMS 3.2.2.5-4 Contract Terms and Conditions-Commercial Items, TSAMS 3.9.1-1 Contract Disputes, 3.3.1-25 Mandatory Information for Electronic Funds Transfer (EFT) Payment - Central Contractor Registration (CCR), 3.2.2.5-3 Offeror Representations and Certifications-Commercial Items, and 3.3.1-17 Prompt Payment apply to this solicitation. These clauses (Attachment 4) must be requested in writing. The BPA for the products and services shall include the clauses previously stated and subsequent delivery orders will be subject to these terms and conditions. This effort shall result in a Blanket Purchase Agreement (BPA) for supplies for a period of performance of one base year and two option years from the date of contract award. Any issued delivery orders will be issued and completed within the applicable period of performance. Award of any resultant BPA does not obligate funds nor guarantee an order. Delivery orders will be issued for locker requirements on an ad hoc basis. Delivery orders issued will obligate funds for intended supplies and services. The contractor shall submit a product catalog that includes specifications and photos of the products that match the model numbers submitted as well as the installation and delivery pricing customarily used to deliver and install the lockers and storage units. Offerors are encouraged to propose volume discounts for product delivery and installation per delivery order. EVALUATION CRITERIA: Offers will be evaluated on 1) The pricing offered to the Government 2) Ability to meet product specifications, 3) Capacity to provide installation and delivery services to the all the required locations, 4) Capability to manage and coordinate the nationwide project, and 5) Preparation of a contingency plan to include delivery and installation constraints. Award will be made on a best-value basis in conjunction with these factors. QUOTES AND PRODUCT CATALOGS ARE DUE NO LATER THAN 5:00PM (EASTERN STANDARD TIME) ON JUNE 11, 2004. QUOTES SHOULD BE SUBMITTED ELECTRONICALLY TO KARLA.GUZMAN@DHS.GOV PRODUCT CATALOGS SHOULD BE MAILED DIRECTLY TO TRANSPORTATION SECURITY ADMINISTRATION, ATTN: KARLA GUZMAN, TSA-25, 409N, 701 S 12TH STREET, ARLINGTON, VA 22202. ALL PROSPECTIVE OFFERORS ARE REQUIRED TO REQUEST, IN WRITING, ELECTRONIC COPIES OF THE FOLLOWING ATTACHMENTS TO THIS SOLICITATION: 1) AIRPORT LISTING, 2) PRICING PROPOSAL FORMAT, 3) STATEMENT OF WORK, 4) CONTRACT TERMS AND CONDITIONS APPLICABLE TO THIS BPA, 5) REPRESENTATIONS AND CERTIFICATIONS, AND 6) SUGGESTED BPA SAMPLE BY CONTACTING KARLA GUZMAN, CONTRACT SPECIALIST AT KARLA.GUZMAN@DHS.GOV OR FAX AT 571-227-1948. CONTRACTORS MUST REQUEST AND RECEIVE THIS INFORMATION TO BE ELIGIBLE FOR AWARD.
 
Place of Performance
Address: Various, Unites States Airports
Country: United States
 
Record
SN00591744-W 20040527/040525211538 (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.