Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2010 FBO #3116
SOLICITATION NOTICE

95 -- Law Enforcement Vehicle Lockboxes - ATTACHMENTS A & B - ATTACHMENTS C & D

Notice Date
6/4/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-SS, 801 I STREET, NW, Suite 910, Washington, District of Columbia, 20536, United States
 
ZIP Code
20536
 
Solicitation Number
HSCESS-10-Q-00005
 
Archive Date
6/25/2010
 
Point of Contact
Alexander K. Roberts, Phone: 2027322643
 
E-Mail Address
alexander.roberts1@dhs.gov
(alexander.roberts1@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
ATTACHMENT D: BASIS OF AWARD ATTACHMENT C: STATEMENT OF OBJECTIVES ATTACHMENT B: PRICE SCHEDULE ADDITIONAL PROVISIONS, CLAUSES, TERMS AND CONDITIONS IN FULL TEXT INCLUDING ORDERING PROCEDURES This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation Number HSCESS-10-Q-00005 is being issued as a Request for Quote (RFQ) to procure vehicle lockboxes in accordance with the attached Statement of Objectives (SOO) (see Attachment C: SOO). The award will be an indefinite delivery-indefinite quantity (IDIQ) contract. This contract will be department-wide i.e. the Department of Homeland Security and its components will be able to issue firm fixed-price delivery orders against the resultant contract. The government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government's best interest to do so. NOTE: This is a total small business set aside for those offerors with the NAICS Code 332999 All Other Miscellaneous Fabricated Metal Product Manufacturing. The Small Business Size Standard is no more than 500 employees. MINIMUM AND MAXIMUM THRESHOLDS: Total aggregate of all orders placed against this IDIQ contract will not exceed 14,650 lockboxes over five (5) years. The total guaranteed minimum for the base year of this contract is 1,000 lockboxes. If the Government determines that it is in its best interest to make multiple awards then, each awardee will receive an order for a guaranteed minimum of 500 lockboxes for the base year and 50 lock boxes for each option year exercised. No more than two awards will be made on a multiple award basis. PERIOD OF PERFORMANCE: The ordering period of performance will be one year with four one-year options. Content and Instructions for Quote Submission: Quotes shall be submitted in two parts; Part I - Technical and Part II - Pricing. Part I and II are due on June 21st no later than 4:00 pm EST. In order for quotes to be considered responsive they must contain the following: Three identical lockboxes for evaluation, offeror's plans/specifications for their offered product, where it is manufactured, a completed price schedule (see Attachment B), and the three (3) offeror references (POC names, addresses, phone numbers, and e-mail addresses) contact information for past performance evaluation. Please ensure that the contact information is accurate and current. Furthermore, the offeror shall submit responses to all provisions within the solicitation where they are required. Part I: Technical Content for Part I. are: Three Identical Lock Boxes, Specifications and Response to Production Capability. PLEASE DO NOT INCLUDE ANY PRICING OR PAST PERFORMANCE INFORMATION WITH PART 1. NOTE: The contract will contain the specifications from the awardee(s) lock boxes. Offerors must submit three sample identical lockboxes (designed to meet the objectives and constraints listed in Attachment C: Statement of Objectives) for evaluation purposes. The evaluation factors, ratings and basis of award are listed in Attachment D. The three (3) lockboxes should be delivered to the following address: ICE - NFTTU 320 East Chestnut Avenue Altoona, PA 16601 Attention: Lowell Johnson, Supervisory Engineer All boxes must be mailed - no hand deliveries from offerors will be accepted. NOTE: These samples are to be submitted at no charge to the Government. Each offeror should note that the lock boxes will not be returned after testing has concluded. Offerors shall provide a response discussing their production capability if faced with the following scenario and include it with Part 1 (Offerors are to submit this document with the lockboxes): Scenario: Assume single award was made. Awardee receives two orders from different DHS components for 500 lock boxes a piece. The second order comes the same week of the first. All lock boxes need to be delivered in three months. Offeror shall discuss how it will manage multiple orders by discussing capabilities i.e. equipment and staffing, the ability to obtain additional working capital if necessary, and how will delivery be managed. This discussion should be typed on an 8 ½" x 11" piece of paper in Font Type 12 Time New Roman with a page limit of one. Part II: Pricing Content for Part II - Offerors shall include a completed copy of Attachment B: Price Schedule and the three (3) offeror references (POC names, addresses, phone numbers, and e-mail addresses) contact information for past performance evaluation. Please ensure that the contact information is accurate and current. Offerors shall be responsible for their computation and quoted pricing. In addition, Offerors where required, shall answer and include all responses to provisions within this solicitation as part of this part. Part II should be sent electronically to Alexander.roberts1@dhs.gov and Carmen.rios1@dhs.gov. See Attachment D for the basis of award. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41, effective May 13, 2010. The following provisions are applicable to this solicitation and are incorporated by reference and any addenda will be noted: 52.212-1 Instructions to Offerors - Commercial Items (Jun 2008) ( See addenda Content and Instructions for Quote Submission section above ) 52.212-2 Evaluation - Commercial Items (Jan 1999) ( see addenda ATTACHMENT D: Basis for Award for specific evaluation criteria ) 52.212-3 Offeror Representations and Certifications - Commercial Items - (Aug 2009) 52.216-27 Single or Multiple Awards (Oct 1995) FAR Clauses and Additional Provisions, Clauses, Terms and Conditions in Full Text Including the Ordering Procedures (see Attachment A). The resultant contract(s) will include the following clauses any addenda will be noted: 52.212-4 Contract Terms and Conditions (Mar 2009) (No addenda) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Apr 2010) with the following clauses checked: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995), 52.219-6 Notice of Total Small Business Aside (June 2003), 52.219-8 Utilization of Small Business Concerns (May 2004), 52.219-14 Limitations on Subcontracting (Dec 1996), 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009), 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Aug 2009), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.225-1 Buy American Act--Supplies (Feb 2009), 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003), and 52.232-36, Payment by Third Party (Feb 2010) This solicitation incorporates the following Homeland Security Acquisition Regulation (HSAR) provisions and clauses: 3052.209-70 Prohibition on Contracts with Corporate Expatriates, 3052.225-70 Requirement for Use of Certain Domestic Commodities (August 2009), 3052.242-71, Dissemination of Contract Information (December 2003), 3052.242-72, Contracting Officer's Technical Representative (December 2003), and 3052.247-72 F.O.B. Destination Only (December 2003) Full text of the FAR and HSAR provisions and clauses can be found at: http://farsite.hill.af.mil. All questions concerning this solicitation must be directed in writing via email to Alexander.Roberts1@dhs.gov and Carmen.Rios1@dhs.gov. No questions or inquiries will be accepted by telephone. The distribution of any resulting amendments to the solicitation will be accomplished solely through the FedBizOpps website. Hard copies of the solicitation documents will not be available; therefore, no written, telephone, or facsimile requests for the documents will be accepted. The FedBizOpps site provides downloading instructions. Interested parties are responsible for monitoring the FedBizOpps site to assure that they have the most up-to-date information about this RFQ.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-SS/HSCESS-10-Q-00005/listing.html)
 
Place of Performance
Address: Delivery destinations will be specified in each individual delivery orders. Delivery to government sites throughout the United States (CONUS only) are within the scope of the resultant IDIQ contract., United States
 
Record
SN02169472-W 20100606/100604235432-72deb385234bf9ae64be535edd6a9d4f (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.