Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2007 FBO #2096
MODIFICATION

65 -- surgical mask

Notice Date
8/21/2007
 
Notice Type
Modification
 
Contracting Office
6026 Lakeside Blvd., Indianapolis, IN 46228
 
ZIP Code
46228
 
Solicitation Number
HSBP1107Q1365
 
Response Due
8/24/2007
 
Archive Date
2/20/2008
 
Point of Contact
Name: Patricia Startzman, Title: Procurement Agent, Phone: 3172981180, Fax: ,
 
E-Mail Address
patricia.startzman@dhs.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is HSBP1107Q1365 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-18. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510 with a small business size standard of 500 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2007-08-24 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Indianapolis, IN 46278 The DHS-Customs and Border Protection requires the following items, Exact Match Only, to the following: LI 001, Surgical Type Mask GENERIC DESCRIPTION: Surgical-type mask also known as laser, isolation, dental, or procedural mask. MATERIALS: Facepiece shall be fluid resistant. All materials shall be hypoallergenic, 100% Latex/fiberglass-free. SPECIFICATIONS AND DIMENSIONS: Facepiece shall be adult sized and able to fit the average adult. It shall be flat pleated. Minimum of 3 ply thickness. MASK SYTLE: color shall be other than pink. It shall be loose fitting flat pleated surgical style and disposable. DESIGN FEATURES: Facepiece shall completely cover the nose and mouth with a malleable form-fitting nose band which shall minimize foggering of prescription glasses. Mask shall be available with tie-on strings or elastic ear loops. BACTERIAL FILTRATION EFFICIENCY (BFE) At least least or equal to 99 BFEs indicated by test methods or standards recommended by FDA. FILTRATION EFFICIENCY (ff): At least less or equal to 99 BFEs indicated by test methods or standards recommended by FDA. FILTRATION EFFICIENCY (FF): At least less or equal than 95 Microns as indicated by test methods or standards recommended by FDA. DIFFERENTIAL PRESSURE (DELTA-P). Minimum pressure drop as indicated by breathability *******PLEASE PROVIDE THREE SAMPLES OF PROPOSED MASK AS WELL AS ALL PERTINENT INFORMATION THAT INDICATES THE MASK OFFERED WILL MEET THE ABOVE REQUIREMENTS. SEND TO FOLLOWING ADDRESS: CUSTOMS AND BORDER PROTECTION ATTN: PATRICIA STARTZMAN NATIONAL ACQUISITION CENTER 6650 TELECOM DR. SUTIE 100 INDIANAPOLIS, IN 46278 MASKS ARE TO BE DELIVERED TO THE ATTACHED 118 LOCATIONS FOB DESTINATION TO INCLUDE INSIDE DELIVERY WITHIN CONSIGNEE'S PREMISES. Offeror to complete delivery of all masks withing 60 days or less. Offeror to provided designated contact and number for shipping/invoice isses. Shipment Tracking Number to be provided within 1-2 days of each shipment. The Tracking Number must be accessable by wesite, etc. to CBP Project Manager to determine when masks are received at delivery site. Incremental invoices may be submitted. Provide a description of delivery process with quotation. See ATTACHMENT for locations and number of boxes (50). Offer must provide past performance experience with similiar type of shipment rquests; have a minimum of two to five years experiene in providing natiwide shipments. Provide name of company and/or Government agency, contract name, phone number, size of contract, number of shipments and locations and delivery time frame. AWARD WILL BE BASED UPON MEETING THE MINIMUM TECHNICAL REQUIREMENTS FOR THE MASKS, AIBLITY TO MEET SHIPMENT REQUIREMENTS, PAST EXPERIENCE, AND PRICE. TECHNICAL IS SLIGHT MORE SIGNIFICANT THEN PRICE. IF OFFEROR IS A RESALE BUSINESS, PLEASE PROVIDE A LETTEROF COMMITTMENT FROM MANUFACTURER TO PROVIDE A MINIMUM OF 70,414 BOXES OF 50 MASKS TO ENABLE CBP LOCATIONS TO RECEIVE THE MASKS WITHIN 60 DAYS OF AWARD. OFFEROR MAY PROPOSE ALTERNATE UNITS SUCH AS CASE, ETC IN ADDITIONAL TO THE UNIT BOX OF 50. THE INTENT IS TO ENSURE THAT THE MASKS ARE KEPT FROM BEING CONTAMINATED UNTIL DISPERSE FOR USAGE. The size standard for NAIC 423450 is 100., 70414, box of 50; For this solicitation, DHS-Customs and Border Protection intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS-Customs and Border Protection is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to patricia.startzman@dhs.gov (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 60 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. FAR Subpart 12.6 This is a comined synopsis/solictaiton for commerical items prepared in accordance with FAR Subpart 12.6 A written solicitation will not be issued separately from this notice. FAR 52.217-7 Option for Increased Quantity - Offeror will be notified if additional quantities are required within 15 days from date of award. Additional Quantities will not exceed 10% of total order. FAR 47.303-7 Inside Delivery within Consignee's Premises.
 
Web Link
www.fedbid.com (b-46668_03, n-7378)
(http://www.fedbid.com)
 
Place of Performance
Address: Indianapolis, IN 46278
Zip Code: 46278
Country: US
 
Record
SN01379322-W 20070823/070822065149 (fbodaily.com)
 
Source
FedBizOpps 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.