Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2005 FBO #1271
MODIFICATION

72 -- Flammable and Chemical Storage Units

Notice Date
5/18/2005
 
Notice Type
Modification
 
NAICS
423440 — Other Commercial Equipment Merchant Wholesalers
 
Contracting Office
DHS - Border and Transportation Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street TSA-25, 10th Floor, Arlington, VA, 22202
 
ZIP Code
22202
 
Solicitation Number
HSTS03-05-R-CAO058
 
Response Due
6/3/2005
 
Archive Date
6/18/2005
 
Description
The purpose of this amendment is to extend the request for the applicable clauses and provisions, as well as TSA locations for potential shipments etc until May 20, 2005, 4:30 p.m. EST. There is no extension of the due date and time for proposals. ****** ALL INTERESTED PARTIES MUST CONTACT THE CONTRACTING OFFICER, MARVIN GRUBBS, VIA WRITTEN REQUEST BY EMAIL Marvin.Grubbs@dhs.gov FOR A COPY OF THE APPLICABLE CLAUSES AND PROVISIONS, AS WELL AS TSA LOCATIONS FOR POTENTIAL SHIPMENT TO DETERMINE FREIGHT COSTS, FOR SUBMISSION WITH YOUR OFFER,NO LATER THAN MAY 16, 2005. NO OFFERS WILL BE ACCEPTED WITHOUT THIS ******* This is a combined synopsis/solicitation for commercial supplies and services. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. This solicitation, HSTS03-05-R-CAO058, is issued as a Request for Proposal (RFP). This is a full and open solicitation. The Transportation Security Administration (TSA) has a requirement for ongoing ordering of flammable and chemical storage units (herein referred to as storage units) as needed. TSA plans to establish a single no cost BPA to fulfill this requirement; however, the Government reserves the right to not award any BPA and does not guarantee any order placements. The resultant Blanket Purchase Agreement (BPA) award will be five (5) years in duration with an unlimited $ ceiling. The Government anticipates placing orders via Government purchase card, not to exceed $2,500 per order inclusive of freight, or via delivery order if total order exceeds $2,500. All orders shall be firm fixed price regardless of the method ordered. The Government will conduct a best value analysis to determine the awardee. Within this synopsis/solicitation are the Evaluation Criteria and Statement of Objectives (SOO) for the storage units, by which each company will be evaluated. The offeror must be capable of providing the supplies listed and delivered to the various locations. Offerors are requested to demonstrate their expertise through a written quotation. The written response to this RFP must be in two separate volumes. Volume 1 for the submission must not exceed three pages and provide your firm?s capability statement and past performance references to provide for TSA wide deployment of the storage units. Volume 2 has no page limitation and shall provide your firm?s catalog or market prices and specifications as required per the SOO. Discounts off the commercial prices are encouraged. Further, freight charges prices must be stated. Future task order requests will be evaluated mainly on price (inclusive of freight) and availability of all products in meeting the SOO requirements as well as best value. ********************************************************************* SOO: Flammable and Chemical Storage Units 1) Vendor shall deliver to any Federalized Airport CONUS or OCONUS. 2) Vendor shall supply flammable or chemical storage units as described below: a. outdoor storage cabinets/buildings i. Self-closing doors that automatically shut the door in the event of a fire (fusible links that melt at 165?F) ii. One-door or two-door styles iii. 2 Hour fire rated walls iv. 1 ? hour fire rated door v. spill containment vi. channel foundation that allows for placement by forklift or crane. vii. vent louvers viii. static grounding/bonding system ix. hazard labeling x. weather-proof (resistant) exterior and construction. xi. Minimum Size 64?H x 68?W x 36?D xii. Maximum size 9?H x 8?W x 12?L xiii. Available in capacities that range from 2 to 15 drums xiv. Available options: 1. forced ventilation 2. heating 3. air conditioning system 4. interior lighting system 5. exterior lights 6. fire protection systems 7. explosion-relief panels 8. loading ramps b. storage cabinets i. Self-closing doors that automatically shut the door in the event of a fire (fusible links that melt at 165?F) ii. One-door, two-door and sliding-door styles iii. Available for storage of cans or drums iv. Available in as standard cabinet, bench top, under counter and other space saver configurations v. 18-ga. rolled steel with 1-1/2" airspace between inner and outer walls. vi. Leak-proof doorsill that rises 2" at least above cabinet base vii. Maximum size 65?H x 43?W x 34?D viii. Minimum Size 35?H x 23?W x 18?D ix. Available in capacities that range from 12 to 90gal x. Available options 1. Galvanized steel shelves that each support up to 500 lbs 2. One and two drum capacity 3. polyethylene bottom and shelf trays contain small spills (up to one gallon each). 4. dual vents with flash arrestors 3) Quotes a. Shall include a separate line for freight charges; or b. Prior to shipment on P-card purchases provide, for approval, a quote by e-mail to OSHE office which includes freight charges. If freight charges are not approved, then do not ship item(s). 4) Delivery a. Outdoor storage unit ? TSA shall receive unit(s) within 45 days after receipt of order b. Indoor storage unit ? TSA shall receive unit(s) within 7 business days after receipt of order c. At least a 24-hour notice shall be given by the vendor to the designated TSA airport recipient prior to delivery d. Within 72 hours after delivery an electronic notice sent to TSA OSHE office confirming delivery has been completed i. Name of person that accepted shipment ii. phone number iii. date of delivery 5) Order method ? no matter the order method (P-card or Delivery Order) the same requirements apply ***************************************************************** Please demonstrate your understanding of the requirement and your ability to successfully complete the effort as stated in the SOO, by addressing the following: Volume 1 1. Describe your firm?s technical and management approach via a detailed capability statement in meeting the requirements, at a minimum, contained in the SOO. 2. Provide past performance references for same or similar current effort as being solicited herein. Please include company/agency name, period of performance, point of contact, telephone and e-mail address. 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 may 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. Volume 2 1. Provide your firm?s catalog or market price publication for the various types and sizes of units contained in the SOO for the life of the BPA. Discounts are highly encouraged. 2. Provide your firm?s freight charges for shipment of the storage units to the various TSA locations. 3. Provide the following information: Technical POC Alternate Technical POC Name Name Title Title Address Address Phone/Fax/ E-mail Phone / Fax/ E-mail Contracting POC Alternate Contracting POC Name Name Title Title Address Address Phone/Fax / E-mail Phone / Fax / E-mail _________________________________________________________ CAGE CODE: __________ DUNS NUMBER: ___________ TIN: ____________ Registered in the CCR? YES ____ NO_______ You must be registered in the CCR. 4. Complete the Offeror Certifications and Representations. 5. The Transportation Security Administration (TSA) is exempt from sales tax and does not have to file a Tax Exemption form since the Commonwealth of Virginia does not require any form or filing to achieve tax exempt status. TSA?s FEIN = 800038533 Submission: Please submit your offer no later than 3:00 p.m. Eastern Standard Time (EST) June 3, 2005. E-mail submission is acceptable to Marvin.Grubbs@dhs.gov. Offers must be received by the Contracting Officer no later than the exact time specified to be considered for award. The Late Submissions, Modifications, Revisions and Withdrawals provision shall govern as provided in the applicable clause and provisions. It is your firm?s responsibility to confirm receipt. Evaluation: Your offer will be evaluated in accordance with the following criteria, which are considered to be of relative equal importance, exclusive of cost, which will be considered in the analysis of best value, will be used to evaluate and select a contractor for this award. For any offerors that are equal in evaluation, cost (to include overall cost for shipment) will be the determining factor: Technical Capability Evaluation Criteria: Your technical capabilities, as demonstrated in both the written technical quotation, will be evaluated to determine your understanding and proven ability to provide the storage units as specified, maintain adequate stock and meet customer demands. Past Performance Evaluation Criterion: The following factor will be considered in evaluating the offeror?s past performance: demonstrated record (as confirmed by references) of successful past performance of the same or similar projects of this scope on time within budget. Pricing Evaluation Criteria: The rates for the various types of storage units (discounted if provided) as well as the overall per delivery costs for shipment per location(s) will be analyzed. Discounts from the contractor?s catalog or market publication prices must be clearly stated. The Government reserves the right to reject an offer in the event that the lack of balance in the pricing poses an unacceptable risk to the Government. Proposed pricing will be evaluated to determine whether they are necessary and reasonable for the conduct of the proposed future delivery orders or purchase card orders, reflect a clear understanding of the requirements, and are consistent with the methods of performance described in the offeror?s proposal. Price proposals will not be compared against each firm to determine the best price. Best value, in regards to superior technical proposals, will determine at what proposed and realistic cost will TSA award the contractor. Special Notes: For issued delivery orders, payment via Electronic Funds Transfer (EFT) for each task will occur upon final acceptance of each deliverable and submission of a proper invoice. Payment shall occur in US dollars. Offers shall be submitted for all products solicited, i.e. all or none. Selection: The Government will select a contractor for this award on a best value basis. In determining the best value, the Government will evaluate which offeror represents the greatest potential to provide the most-timely, efficient, and cost-effective flammable and chemical storage units for TSA. Any questions raised concerning this RFP must be submitted by 3:00 p.m. EST May 20, 2005. Please contact Marvin Grubbs at above e-mail address for any additional information regarding this synopsis/solicitation.
 
Place of Performance
Address: TSA wide
 
Record
SN00809993-W 20050520/050518211516 (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.