Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2008 FBO #2412
DOCUMENT

70 -- TWIC HAND-HELD READERS - Solicitation Package

Notice Date
7/2/2008
 
Notice Type
Solicitation Package
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCG23-08-R-MMN450
 
Point of Contact
Ijeoma Ezeonwuka,, Phone: 202-475-3236, Beverly R. Fowler,, Phone: 202-475-3212
 
E-Mail Address
ijeoma.ezeonwuka@uscg.mil, Beverly.R.Fowler@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This unrestricted procurement is being issued in accordance with the procedures in FAR Part 12, FAR Part 15 and FAR Subpart 16.5. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The United States Coast Guard (USCG) will award a single Firm-Fixed-Price Indefinite Delivery Requirements type contract with a period of performance of 48 months. The solicitation number is HSCG23-08-R-MMN450 and it is being issued as a Request for Proposal (RFP) under NAICS Code 334119 (Other Computer Peripheral Equipment Manufacturing). The solicitation document, and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25. The USCG currently has a need to purchase a minimum of 10 and a maximum of 300 Transportation Worker Identification Credential (TWIC) Hand-Held Readers for the USCG Office of Port and Facility Activities, Cargo and Facilities Division (CG-5442). The TWIC hand-held readers shall be used to verify that TWICs issued by the Transportation Security Administration (TSA) are valid and enable one-to-one biometric matches of the holder to the fingerprint template stored within the credential. The TWIC readers will be in accordance with the following specifications (see the attached): (1) the USCG TWIC portable biometric reader, (2) the following sections of the TSA TWIC reader hardware and card application, version 1.1.1: (Section 4 and Sections 6-10, Appendix A (Authentication modes), Appendix C (reader adaptability), Appendix D (for the SID) and Appendix G (Biometric template usage) and (3) the Performance Work Statement (PWS). These hand-held readers are expected to be Commercial-Off-The-Shelf (COTS) with some probable minor modifications (see FAR 2.101 for the definition of minor modifications). Any minor modifications to the successful COTS hand-held reader will be carried out after contract award. As a result of this solicitation, it is anticipated that a Firm-Fixed Priced Indefinite Delivery Requirements type contract with provisions for issuance of delivery orders will be awarded in accordance with FAR 16.503. The period of performance will be 48 months from the date of contract award. The initial delivery order for 10 hand-held readers is required to be delivered within 90 days of the order being placed. This initial delivery order will be issued concurrently with the Requirements Contract. Offerors shall provide prices for the following Contract Line Item Numbers (CLIN), quantities and units of measure as follows (see the Attachment E for price scenario worksheet): (1) CLIN 0001: TWIC Hand-Held Readers (to include software, cost of modification, applicable accessories and spares, warranty, manuals and quick reference guide), Quantities: 300, Units of measure: Each (EA), (2) CLIN 0002: Delivery (FOB Destination) (3) CLIN 0003: Training (includes a maximum 12 training classes for 10 to 20 USCG personnel, subsequent training materials for USCG use and training travel), (4) CLIN 0004: Travel (excluding travel for training shall not exceed $25,000.00). Description of the Requirements are hereby incorporated into this solicitation as attachments: (1) the USCG TWIC Portable Biometric Reader and (2) the following sections of the TSA TWIC reader hardware and card application, version 1.1.1: (Section 4 and Sections 6-10, Appendix A (Authentication modes), Appendix C (reader adaptability), Appendix D (for the SID) and Appendix G (Biometric template usage) and (3) the Performance Work Statement The following attachments are included and are hereby incorporated into this solicitation: Attachment A: Performance Work Statement (PWS), Attachment B: USCG TWIC Portable Biometric Reader Specification, Attachment C: TSA TWIC reader hardware and card application Specification, Attachment D: Vendor Demonstration Scenario, Attachment E: Price Scenario Worksheet. The following FAR provisions and clauses apply to this solicitation: (1) FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The Offeror is cautioned that the listed provisions may include blocks that must be completed by the Offeror and submitted with its offer. In lieu of submitting the full text of those provisions, the Offeror may identify the provision by paragraph identifier and provide the appropriate information with its offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.arnet.gov. (2) FAR 52.252-2: CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov/far/. (3) FAR 52.212-1: INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (JUN 2008) (4) FAR 52.212-2, EVALUATION-COMMERCIAL ITEMS (JAN 1999) and the following evaluation factors will be used for this acquisition: (1) TECHNICAL CAPABILITY: (a) Offerors proposal must demonstrate the ability to meet the minimum requirements (“Threshold”) or exceed the requirements (“Objective”) listed in the: (1) USCG TWIC Portable Biometric Reader and (2) the following sections of the TSA TWIC reader hardware and card application, version 1.1.1: (Section 4 and Sections 6-10, Appendix A (Authentication modes), Appendix C (reader adaptability), Appendix D (for the SID) and Appendix G (Biometric template usage) and (all the requirements listed in the above sections of the TSA specification are considered “Threshold”) and (3) the Performance Work Statement (PWS). (b) Offerors proposals should describe in detail all the technical features of the proposed product in accordance with the specifications and PWS. Offerors proposals should include product literature as part of their proposals. (c) Offerors should provide information to support their demonstrated capability to produce and deliver the initial quantity of 10 hand-held readers no more than 90 days (“Threshold”) from the date of the issued delivery order. Significant consideration will be given to the Offeror that can successfully demonstrate that a modified TWIC hand-held reader can be delivered in less than 90 days (“Objective”). As stated earlier, the initial delivery order will be issued concurrently with the Requirements Contract. Items followed by the word "Threshold" are minimum requirements or performance that the proposed product must have. Items followed by the word "Objective" represent desirable increases in operational capabilities. These “Objective” requirements or any portion thereof, as well as any other items or increased performance capabilities the Offeror considers desirable or to add value, may be offered. (2) PRODUCT DEMONSTRATION: All Offerors must demonstrate their proposed hand-held readers to test: (a) the ability of the item(s) offered to correctly meet the specification requirements and (b) the user-friendliness. This live 45-minute demonstration is intended to exercise the required function(s) to determine if the capability required is actually being provided. Attachment D contains the demonstration scenario that all Offerors will be required to perform. The item demonstrated must meet the expected results. All Offerors must satisfactorily demonstrate the functional operation of the item to receive further consideration under the terms of the solicitation. All Offerors will demonstrate all features of the item to include any evaluated optional features that are being offered. (3) QUALITY ASSURANCE AND MANAGEMENT: Offerors proposals should provide information to support their demonstrated ability to ensure production, delivery, and supportability of high quality hand-held readers and mitigate risk of occurrence of quality problems as well as to manage and support an acquisition of this size; utilize and manage subcontractors (if applicable); and effectively and efficiently interact with the Government during production and the warranty period. (4) WARRANTY TERMS AND WARRANTY PROCESS: Offerors proposals should provide information to support their demonstrated ability to provide efficient and effective warranty support once the hand-held readers are delivered in accordance with section 5.2 of the PWS. Submission of a warranty plan is required. (5) RELEVANT PAST PERFORMANCE: Offerors proposals should include a clear description of successfully delivered COTS or Modified COTS hand-held readers that is the same as or similar to the requirements specified in the above specifications and PWS. If modified COTS hand-held readers were successfully delivered, indicate how long from the date order was placed. These descriptions should also show how the Offeror’s past performance demonstrates their capability and capacity to deliver high quality hand-held readers in the time specified. The Contractor must provide ONLY three past performance references (either Government or commercial customers) who have received similar equipment in the past three years, or in progress. The following CURRENT information MUST be provided: (1) Name of organization, (2) Current Point of Contact, Email Address and Phone Number, (3) Contract Number (4) Brief description of the equipment provided and (5) Contract Value. These references will be contacted. The Government reserves the right to utilize relevant past performance information other than what was submitted in the Offeror’s proposal. (6) PRICE: Offeror proposals shall be submitted on a Firm-Fixed-Price basis. Offerors shall provide pricing in accordance with the CLIN structure provided above. Quantity discounts are highly encouraged. It is preferred that a standard delivery price (s) be quoted (F.O.B Destination). The Government will evaluate the total overall price to determine accuracy, completeness, and reasonableness. All Offerors shall provide for proposal and price validity of 90 days from the date specified for the receipt of proposals. BASIS FOR AWARD: The basis of award will be Best Value, which will be based on consideration of the Technical Capability, Product Demonstration, Quality Assurance and Management, Warranty Terms and Warranty Process, Relevant Past Performance and Price. When combined, Technical Capability, Product Demonstration, Quality Assurance and Management, Warranty Terms and Warranty Process, Relevant Past Performance are more important than Price. The Government intends to evaluate proposals and award a contract without discussions. Therefore, each initial offer shall contain the Offeror’s best terms from a technical and price standpoint. The Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. Note: The Government will not pay for costs incurred in the preparation and submission of proposals or other costs incurred in response to this announcement. FAR CLAUSES AND PROVISIONS: (1) Offerors shall include a completed copy of provision FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION --COMMERCIAL ITEMS ALT I (JUN 2008) with their proposal, or reference their current certifications in the Online Representations and Certifications Application (ORCA) system. (2) FAR 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (FEB 2007), applies to this acquisition. (3) FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JUN 2008) applies to this acquisition. In addition, the following FAR clauses cited in 52.212-5(b) are applicable to this contract: 1; 9; and 14 through 21; 23; 26; 31 and 33. (4) FAR 52.216-18: ORDERING (OCT 1995) (insert “date of contract award through 48 months from the date of award”) (5) FAR 52.216-19: ORDER LIMITATIONS (OCT 1995) (insert “10 TWIC Hand-Held Readers” in the blank space under minimum order; insert “300 TWIC Hand-Held Readers”, and “days to be specified in each delivery order”, in the blank spaces under maximum order) (6) 52.216-21: REQUIREMENTS (OCT 1995) (insert “48 months from the date of contract award”) (7) The following FAR clauses are incorporated by reference: 52.202-1 Definitions (JUL 2004), 52.203-3 Gratuities (APR 1984), 52.203-5 Convenant Against Contingent Fees (APR 1984), 52.203-7 Anti-Kickback Procedures (JUL 1995), 52.203-8 Cancellation, Recision, and Recovery of Funds for Illegal or Improper Activity (JAN 1997), 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity (JAN 1997), 52.203-12 Limitation on Payments to Influence Certain Federal Transaction (SEPT 2007), 52.204-7 Central Contractor Registration (APR 2008), 52.209-6 Protecting Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JAN 2005), 52.222-1 Notice to the Government of Labor Disputes (FEB 1997), 52.227-14 Rights in Data – General (DEC 2007), 52.225-1 Buy America Act-Supplies (JUN 2003), 52.237-3 Continuity of Services (JAN 1991), 52.232-1 Payments (APR 1984), 52.232-8 Discounts for Prompt Payment (FEB 2002), 52.232-11 Extras (APR 1984), 52.232-23 Assignment of Claims (JAN 1986), 52.232-25 Prompt Payment (OCT 2003), 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (OCT 2003), 52.233-1 Disputes Alternate 1 (JUL 2002), 52.233-3 Protest after Award (AUG 1996), 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004), 52.242-15 Stop-Work Order (AUG 1989), 52.243-1 Changes –Fixed Price (AUG 1987), 52.246-2 Inspection of Supplies – Fixed Price (AUG 1996), 52.246-16 Responsibility for Supplies (APR 1984), 52.247-34 F.O.B Destination (NOV 1991), 52.249-2 Termination for Convenience of the Government (Fixed Price) (MAY 2004), 52.249-8 Default (Fixed-Price Supply and Service) (APR 1984), 52.249-14 Excusable Delays (APR 1984). The following Department of Homeland Security (DHS) Clauses are applicable to this acquisition and are incorporated by reference: HSAR 3052.209-70 Prohibition on contracts with corporate expatriates (JUN 2006), HSAR 3052.242-72 Contracting Officer’s Technical Representative (DEC 2003), HSAR 3052.247-22 F.O.B Destination Only (DEC 2003). Contractors doing business with the Government are required to register in the Central Contractor Registration (CCR) database before they can be awarded a contract. A template containing the information for registration can be found at: http://www.ccr.gov INSTRUCTION FOR PRODUCT DEMONSTRATION: Participation should be limited to essential, key personnel directly involved in the demonstration. A date and time for the product demonstration will be provided to each Offeror by the Government and a demonstration guideline will be provided to each Offeror beforehand. All product demonstrations will be held at the Government’s facility. The Offeror will brief the team prior to the initiation of the demonstration. The Offeror will use the briefing period to explain to the evaluation team how the demonstration will be conducted and to answer questions concerning the demonstration. Errors due to operators or equipment must be documented if they occur. All errors, malfunctions, or other problems will be discussed with the Contracting Officer. Allowances for correction/reruns will be at the discretion of the Contracting Officer. All product demonstrations will be video-taped. An Offeror may withdraw at any time. Offerors who withdraw are requested to advise the Government in writing. Withdrawal from the product demonstration constitutes withdrawal from any further consideration in this acquisition. The Government will not reimburse the Offeror for time, effort or any other expense incurred for the preparation and conduct of the demonstration. No supplemental information beyond the proposals will be accepted on the day of the demonstration. INSTRUCTION FOR PROPOSAL CONTENT: Volume I shall address the specification and PWS requirements SEQUENTIALLY and shall demonstrate your capability to perform all specification and PWS requirements (if responses are located in accompanying product literature, please cross-reference the page and paragraph number). Note that simply restating the specification and PWS requirements or providing a blanket statement of full compliance is insufficient and will not be accepted as a demonstration of your capabilities. Failure of the Vendor to comply with sequentially addressing all specification and PWS requirements or simply restating PWS requirements, or noncompliance with any of the RFP instructions may result in your proposal being rejected and eliminated from further consideration. PROPOSAL SUBMISSION: Please submit your proposals in two separate volumes. Volume I shall contain all non-price factors (i.e. Technical Capability, Quality Assurance and Management, Warranty Terms and Warranty Process, Relevant Past Performance) excluding Product Demonstration. Volume II shall contain Price information only. Submit both volumes to the attention of the Contract Specialist, Ms. I.J Ezeonwuka via U.S. Mail, hand delivery, or courier service on or before 12:00 noon EDT on 01 August, 2008. (There will be no proposal submission via E-mail). Please submit: (1) One original and five copies of Volume I. (2) One original and two copies of Volume II. Mailing Address: U.S. Mail and Commercial Courier Service: Commandant, USCG Headquarters, Routing Symbol: CG-9122/INE, 2100 Second Street, S.W., Washington, DC 20593-0001, ATTN: Ijeoma Ezeonwuka, Jemal Building 11-0234, Phone: 202-475-3236, RFP: HSCG23-08-R-MMN450. *Proposals submitted using the U.S. Postal Service are subject to possible delays and damage associated with security requirements involving irradiation of all incoming mail. Hand-Carried Deliveries: Commandant, USCG Headquarters, Suite 1100/Office No. 0234 (CG-9122), 1900 Half Street, S.W., Washington, DC 20593, ATTN: Ijeoma Ezeonwuka, Phone: 202-475-3236, RFP: HSCG23-08-R-MMN450. *The U.S. Coast Guard Headquarters building on 1900 Half Street, Washington, DC, is a controlled access building. For Offerors intending to hand carry their proposal, prior arrangements for access must be made by contacting the Contract Specialist, Ms. I.J Ezeonwuka at least one business day prior to the date required for access. Expect some delays clearing building security and plan accordingly. It is the Offeror’s responsibility to ensure that proposals are delivered by the due date and time required. The required number of copies of the proposal must be received by the Contract Specialist prior to 12:00 Noon EST on the required submission date. No changes or additions to the volume will be permitted after this date, except as provided under clarifications of proposals or discussions, if necessary. An Offeror that fails to meet any due date will be considered “late” in accordance with FAR 52.212-1(f). The point of contact (POC) for this acquisition is Contract Specialist, Ms. I.J Ezeonwuka, Commandant (CG-9122). Solicitation questions must be submitted No Later Than 12:00 Noon EST on 11 July, 2008 to the POC via email at Ijeoma.Ezeonwuka@uscg.mil. ALL answers to questions will be posted on or before 12:00 Noon EST on 16 July, 2008 as an amendment. Questions received after the above cutoff date and time may not be answered. Submission of questions and any resulting answers from the Government will not require the KO to extend the solicitation closing date. All Amendments to the solicitation will be submitted via http://www.fedbizopps.gov, so please check this website regularly. PROPOSAL PAGE LIMIT: The page limit for Volume I is 30 pages on an 8x11 sheet. Brochures and product literature are included in the page limit. Cover letter, Representations and Certifications (52.212.3) are not included in the page limit. The page limit for Volume II is 10 pages on an 8x11 sheet, with a font size of 10-12. NOTICE FOR FILING AGENCY PROTESTS: It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the Contracting Officer or Ombudsman. Informal forum with the Ombudsman: Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the USCG Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman: Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester’s concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the Contracting Officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency’s goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103. If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted to: Department of Homeland Security, United States Coast Guard (CG-9131), Ombudsman Program for Agency Protests, 1900 Half Street, SW, Room 11-0602, Washington, D. C. 20593-0001, FAX: 202.475.3904. The Ombudsman Hotline telephone number is 202.372.3695.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=beea39e41b8fa732f0f61e45eb5f83f2&tab=core&_cview=1)
 
Document(s)
Solicitation Package
 
File Name: Combined Synopsis/Solicitation (TWIC Combined Synopsis_Solicitation.doc)
Link: https://www.fbo.gov//utils/view?id=1d765527aa77eda449c5351e4b0e58ca
Bytes: 82.00 Kb
 
File Name: TWIC PWS (Attachment A) (TWIC PWS (Attachment A).doc)
Link: https://www.fbo.gov//utils/view?id=b17e5933cbb50c259bec78b4d0c38fdb
Bytes: 114.00 Kb
 
File Name: USCG TWIC Specification (Attachment B) (USCG TWIC Specification (Attachment B).xls)
Link: https://www.fbo.gov//utils/view?id=b1b68cc37601bd3d6a506192f6a74f28
Bytes: 37.00 Kb
 
File Name: TSA TWIC Specification (Attachment C) (TSA TWIC Specification (Attachement C).pdf)
Link: https://www.fbo.gov//utils/view?id=e77a98ce480b883c1650eef1fb1b88d3
Bytes: 484.97 Kb
 
File Name: TWIC Vendor Demonstration Scenario (Attachment D) (TWIC Vendor Demonstration Scenario (Attachment D).doc)
Link: https://www.fbo.gov//utils/view?id=ab7d6f6fa7bdd01457e8f64a1c15cd4d
Bytes: 94.00 Kb
 
File Name: TWIC Price Scenario Worksheet (Attachment E) (TWIC Price Scenario Worksheet (Attachment E).xls)
Link: https://www.fbo.gov//utils/view?id=c1485bed2a13997d0ae1b4eee028ecd1
Bytes: 22.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Places of Performance shall be the Contractor’s and/or Government’s Facilities., United States
 
Record
SN01606395-W 20080704/080702221555-beea39e41b8fa732f0f61e45eb5f83f2 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.