Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2010 FBO #3193
MODIFICATION

56 -- Acoustical Panels - Combined Synopsis/Solicitation

Notice Date
8/20/2010
 
Notice Type
Modification/Amendment
 
NAICS
423310 — Lumber, Plywood, Millwork, and Wood Panel Merchant Wholesalers
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Contracts and Procurement, 200 West Parkway Drive - Suite 300, Egg Harbor Township, New Jersey, 08234, United States
 
ZIP Code
08234
 
Solicitation Number
HSTS07-10-R-00112
 
Archive Date
9/30/2010
 
Point of Contact
Theresa Duffield, Phone: 609-813-3372, Doretta Chiarlone, Phone: 609-813-3363
 
E-Mail Address
Theresa.M.Duffield@secureskies.net, Doretta.Chiarlone@dhs.gov
(Theresa.M.Duffield@secureskies.net, Doretta.Chiarlone@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for Acoustical Panels prepared in accordance with the format in FAR Subpart 12.6 ‘Streamlined Procedures for Evaluation and solicitation of Commercial Items’ as supplemented with information included in this notice. This announcement constitutes the only solicitation; no written solicitation will be issued. Solicitation Number HSTS07-10-R-00112 is used for reference purposes and is issued as a ‘Request for Proposal’. This is a 100% SET-ASIDE FOR SMALL BUSINESS. The NAICS code for this action is 423310; Small Business Size Standards can be found at: http://www.sba.gov/idc/groups/public/documents/sba_homepage/serv_sstd_tablepdf.pdf One contract is anticipated to be awarded as a result of this synopsis/solicitation. 1. Offer Due Date/Local Time: 4:30 p.m. EDT, AUGUST 24, 2010 REVISED FROM AUGUST 19, 2010 2. ISSUING OFFICE: TSA Contracting Office Address: DHS-TSA, Contracts and Procurement Branch, 200 West Parkway Drive- Suite 300, Egg Harbor Township, NJ 08234, Attention: Theresa Duffield, Phone: 609-813-3372, Email to: Theresa.M.Duffield@secureskies.net. Description of Services: 24” x 24” Acoustical Panel • Porous Expanded PolyPropylene (PEPP) • Sound Transition Coefficient Rating: 13 or higher • Flame Spread Index: 5 or less • Smoke Development Index: 113 • ASTM E-84 Class: A • Water Resistant for Outdoor Use • Mold, Bacteria, and Fungi Resistant • Oil & Chemical Resistant • Weight shall not exceed ½ lb. per square feet • 24” x24” x2” Quantity: 1200 Each Shipping to Egg Harbor Township, NJ 08234 GENERAL INFORMATION: The acoustical panels will be used to reduce the high noise level at ranges. -- END OF ITEM DESCRIPTION -- Place of Delivery: DHS/TSA Attn: Doug Yale 200 West Parkway Drive, Suite 300 Egg Harbor Township, NJ 08234-5104 PROVIDE COMPLETE PRICING for each item in the format provided below: ACCOUSTICAL PANELS each = $xx,xxx TOTAL PRICING FOR 1,200 acoustical panels = $xx,xxx Each vendor shall specify how many panels per box and how many boxes per pallet. If range quantities exist, please provide that information: (i.e. vendors may charge less per item if customer is buying quantities of 50, 100, 500, etc.) This is a Firm Fixed price contract, so please identify any shipping charges. 52.212-2 – Evaluation – Commercial Items (Jan. 1999) a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: - Technical capability of each offeror to meet the requirements of the Description/Statement of Work contained within this synopsis/solicitation - Price - Past Performance to include Service quality and commitment to customer satisfaction Contract will be awarded to the Low Price Technically Acceptable (LPTA) offeror. b) 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 negations after its receipt, unless a written notice of withdrawal is received before award. New Equipment ONLY; NO remanufactured items. All items must be covered by the manufacturer’s standard commercial warranty. Offer MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, they may do so through the CCR website at http://www.ccr.gov. No partial shipments are permitted unless specifically authorized at the time of award. Delivery must be within 30 days or less after receipt of order (ARO). The offerer must provide within their offer the number of days – not to exceed 30 – required to make delivery after it receives a purchase order from the buyer, unless otherwise noted. ORCA Requirement – Company must be registered on Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at https://orca/bpn.gov/ The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition; FAR 52.212-3, Offerer Representations and Certifications – Commercial Items – the selected offeror must submit a completed copy of the listed representations and certifications (ORCA Certification). Far 52.212-4. Contract Terms and Conditions – Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-19, 52.222-20, 52.222-21, 52.222-26, 52.222.35, 52.225-13. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.afimil/ Addenda to 52.212-1: (a) The offeror shall submit with their proposal information referencing at least 3 completed contracts for the same/similar service which were completed within the last 5 years prior to the date specified herein for the receipt of offers. This requirement applies to contracts over $5,000.00 and shall include contracts/orders with the Federal Agencies, state and local government agencies and commercial customers. For each contract/order listed pursuant to the above, the offeror shall include the following information: (1) Name and address of the contracting government activity; or the name and address of the commercial customer. (2) The name of the Administrative Contracting Officer (ACO) and his/her telephone number. (3) The contract/order number or other means of document identification if no contract/order number was assigned. (4) The total dollar value of the contract. (5) A description of the service provided under the contract. (6) The duration of the contract (measured from the contract award date to the final date of the contract). This information will be used to evaluate the offerors’ past performance. Interested offerors shall send their offers to Theresa.M.Duffield@secureskies.net no later than August 16, 2010 - 4:30 PM Eastern Daylight Time (EDT). Questions & Answers (Q&As) - Please submit any questions by e-mail to Theresa.M.Duffield@secureskies.net Q&As will be posted on Federal Business Opportunities Page (FBO) for view of all offerors based on the questions that come in (if applicable). Award Criteria – An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government’s Statement of Work or listed Description/Specifications, whichever is applicable to the buy.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/TSAFAMS/HSTS07-10-R-00112/listing.html)
 
Place of Performance
Address: Supplies - See Delivery address above, United States
 
Record
SN02249295-W 20100822/100820235630-dbdf4d24b5620ec9cb09a53f8cea316c (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.