Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2010 FBO #3156
MODIFICATION

84 -- Ballistic Protection Systems

Notice Date
7/14/2010
 
Notice Type
Modification/Amendment
 
NAICS
315999 — Other Apparel Accessories and Other Apparel 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
HSCG23-10-R-DOG624
 
Archive Date
8/3/2010
 
Point of Contact
Stephanie L. Gallahan, Phone: 202-475-3255, James Ferguson, Phone: (202) 475-3194
 
E-Mail Address
Stephanie.L.Gallahan@uscg.mil, james.f.ferguson2@uscg.mil
(Stephanie.L.Gallahan@uscg.mil, james.f.ferguson2@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
***ALL CHANGES ARE NOTATED IN BOLD*** (i) This is a combined Synopsis/Solicitation for commercial items or services prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a separate written solicitation will not be issued. (ii) This solicitation is issued as a Request for Proposal (RFP), solicitation number HSCG23-10-R-DOG624, in accordance with FAR Parts 12 & 19 to provide Body Armor systems including soft armor vest; front and back interchangeable upgrade plates, and modular neck, deltoid and groin protection. In accordance with FAR 12.203, the Contracting Officer will also use policies and procedures for solicitation, evaluation and award prescribed in FAR Part 15, Contract by Negotiation as appropriate. (iii) This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-38. (iv) In accordance with FAR 19.502-2, the proposed acquisition is 100% reserved as a Small Business Set-Aside for 315 - Apparel Manufacturing/315999 - Other Apparel Accessories and Other Apparel Manufacturing. The North American Industrial Classification System (NAICS) number is 315999 and the business size standard is 500 Employees. In accordance with FAR 19.502-2(c), any concern proposing to furnish a product that it did not itself manufacture must furnish the product of a small business manufacturer unless the SBA has granted either a waiver or exception. 52.216-1 Type of Contract. The Government contemplates the award of a Firm Fixed Price Requirements Contract to not more than two small business companies resulting from this solicitation. USCG may award a contract for Soft Armor and another contract for Modular Armor Carriers with groin, deltoid, and collar/neck protection - or a single contract that consolidates all requirements. The USCG will assume that a proposal submitted on all requirements may not be split for evaluation purposes - unless explicitly stated by the offeror. (v) The Contract Line Item Number (CLIN) structure shall consist of several CLINS for the base ordering period and for each of the consecutive ordering periods for total of 5 years. See attached Excel spreadsheet for structure of Contract Line Item Numbers (CLIN) - provided as Attachment A. (vi) The description of requirements for supplies to be delivered under this contract are found in the Statement of Work (SOW) which is provided as Attachment B. (vii) Period of Performance for the Base Ordering period will be from 01 August 2010 to 31 August 2011, followed by four (4) one-year ordering periods. Primary place of performance is found in Section 1.7 of the attached SOW. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The following addendum is provided to this provision: Paragraph (b), entitled "Submission of Offers", Requests for Proposal should be submitted and shall contain the following information; (1) Solicitation Number; (2) Time Specified for receipt; (3) Name; Address; Telephone Number of Offeror; (4) A technical description of the items being offered in detail. This description shall include technical drawings, pictures, and testing certifications depicting how the items are in compliance with all requirements in the SOW (Attachment B); (5) Terms of the Expressed Warranty; (6) Price - Offeror proposals shall be submitted on a Firm-Fixed-Price basis. Offerors shall complete and submit in the CLIN Structure form (Attachment A). (7) Remit to address if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9)Acknowledgement of all Solicitation Amendments. (10) Past performance information, Each Offeror shall provide the USCG Past Performance Questionnaire (see Attachment C) to three references. An Offeror may use as references: relevant contracts, delivery orders, purchase orders, and subcontracts that it has worked directly. Offerors shall request that the questionnaire be completed by each reference and forwarded directly to Ms. Stephanie Gallahan via e-mail (Stephanie.L.Gallahan@uscg.mil). Questionnaires are due not later than the next business day after proposals are due. Offerors shall submit in their proposals, the following information for their references: 1. Name of Contracting Acting Activity, 2. Contract Number, 3. Contract Type, 4. Total Contract Value, 5. Description of Contract Work, 6. Contracting Officer (or equivalent) name and e-mail address, 7. Contracting Officer's Technical Representative (or equivalent) name and e-mail address, 8. Program Manager (or equivalent) name and e-mail address, and 9. Names of first-tier subcontractors (if applicable) Offerors may provide supplemental information on both problems encountered and corrective actions taken on relevant contracts, delivery orders, purchase orders, and subcontracts referenced. Offerors should not provide general information on their performance; such information will be obtained via the questionnaires. (11) Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (ix) Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror(s) whose proposal(s) conforms to the solicitation and is lowest price technically acceptable. The following shall be used to determine technical acceptability: (i) item(s) offered meet the Government requirements described throughout this entire combined synopsis/solicitation; (ii) no negative past performance; (iii) price. Prices will be evaluated to determine whether they are fair and reasonable. Total price will be considered for the purpose of calculating lowest-price. Total price will be calculated using the unit prices in the column for 90 Days ARO. The Government expects that for any item: the 120 Days After Receipt of Order (ARO) price should be less than the 90 Days ARO price which should be less than the 60 Days ARO price. Any discounts offered (e.g. quantity discounts) will be applied at one-half the amount proposed for the purpose of calculating lowest-price, if multiple discounts are offered that mean will be used for those calculations. With respect to sizes, quantities will be distributed as follows: 20% S, 25% M, 30% L, and 25% XL. Any contract(s) awarded as a result of this RFP will include reimbursable line items for shipping. Offerors shall not include shipping costs in their proposals; the Government will not consider shipping costs in calsulating total price. (x)The Provision at 52.212-3 Offeror Representations and Certifications - Commercial Items. Offeror shall provide a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer; OR verify that information required by this provision is listed on the Online Representations and Certifications Application (ORCA) website located at https://orca.bpn.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and is incorporated by reference. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition and appears below in full text. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009); (2) 52.233-3, Protest After Award (AUG 1996); (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006) with Alternate I (Oct 1995); (8) 52.219-6, Notice of Total Small Business Aside (June 2003); (12) 52.219-14 Limitations of Subcontracting (Dec 1996); (18) 52.219-28 Post Award Small Business Program Represenation (Apr 2009); (19) 52.222-3 Convict Labor (June 2003)(E.O. 11755); (20) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008); (30) 52.225-1, Buy American Act - Supplies (FEB 2009); (33) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008); (38) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003). (xiii) Additional contract requirements and terms and conditions determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices. In addition Homeland Security Acquisition Regulation (HSAR) Clauses and Provisions apply to this requirement: 52.216-18 Ordering (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from _date of award _ through _60 months_. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of clause) 52.216.19 Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than _$1,000_____, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of _$400,000.00____; (2) Any order for a combination of items in excess of _$800,000.00_; or (3) A series of orders from the same ordering office within __10_ days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within _15__ days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause) 52.216-21 Requirements. (Oct 1995) (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as "estimated" or "maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after December 31, 2015. (End of clause) 52.216-24 Limitation of Government Liability (Apr 1984) 52.219-1 with Alternate I Small Business Program Representations (MAY 2004); 52.225-18 Place of Manufacture (Sept 2006) (a) Definitions. As used in this clause- " Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) X In the United States. (End of provision) 52.223-13 Certification of Toxic Chemical Release Reporting. (Aug 2003) (a) Executive Order 13148, of April 21, 2000, Greening the Government through Leadership in Environmental Management, requires submission of this certification as a prerequisite for contract award. (b) By signing this offer, the offeror certifies that- (1) As the owner or operator of facilities that will be used in the performance of this contract that are subject to the filing and reporting requirements described in section 313 of the Emergency Planning and Community Right-to-Know Act of 1986 (EPCRA) (42 U.S.C. 11023) and section 6607 of the Pollution Prevention Act of 1990 (PPA) (42 U.S.C. 13106), the offeror will file and continue to file for such facilities for the life of the contract the Toxic Chemical Release Inventory Form (Form R) as described in sections 313(a) and (g) of EPCRA and section 6607 of PPA; or (2) None of its owned or operated facilities to be used in the performance of this contract is subject to the Form R filing and reporting requirements because each such facility is exempt for at least one of the following reasons: [ X ] (iii) The facility does not meet the reporting thresholds of toxic chemicals established under section 313(f) of EPCRA, 42 U.S.C. 11023(f) (including the alternate thresholds at 40 CFR 372.27, provided an appropriate certification form has been filed with EPA); (End of provision) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) HSAR 3011.602(c)(1) General HSAR 3052.204-71 - Contractor Employee Access (JUN 2006) ALT II (JUN 2006) HSAR 3052.209-70 Prohibition on contracts with corporate expatriates (JUN 2006) HSAR 3052.209-72 Organizational Conflict of Interest (JUN 2006) HSAR 3052.242.72 Contracting Officer's Technical Representative (DEC 2003) HSAR clauses can be found at http://www.dhs.gov/xlibrary/assets/opnbiz/hsar.pdf. (xiv) Defense Priorities and Allocation System is not applicable. (xv) Proposals shall be submitted on 8.5 x 11 paper with a font size not smaller than 12 pts. Proposals shall be in PDF and not larger than 30 pages (all inclusive). All questions regarding this RFP must be submitted NLT than the stated response date. Offers shall be sent to Stephanie Gallahan at Stephanie.L.Gallahan@uscg.mil and James Ferguson at james.f.ferguson@uscg.mil. (xvi) All offerors previously submitting proposals by the stated response date are required to acknowledge this amendment to this synopsis/solicitation. These offerors may submit proposal modifications to Stephanie Gallahan, Contract Specialist at Stephanie.L.Gallahan@uscg.mil. Offerors submitting proposals modifications shall clearly indicate the modififed portions of their proposals. Attachments: (A) CLIN Structure (B) Statement of Work (B1) Technical References (C) Past Performance Questionnaire
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-10-R-DOG624/listing.html)
 
Place of Performance
Address: Contractor's facility, United States
 
Record
SN02205137-W 20100716/100714234607-a458bc5090ea8fdb4b0bf4122f884f61 (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.