Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2011 FBO #3385
SOURCES SOUGHT

99 -- Combined Synopsis-Solicitation for a Blanket Purchase Agreement (BPA) FOR COMPUTER COMPONENTS AND ELECTRONIC PARTS/EQUIPMENT/WIRING

Notice Date
2/28/2011
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AMQ-210 AMC - Aeronautical Center (Oklahoma City, OK)
 
ZIP Code
00000
 
Solicitation Number
10470
 
Response Due
3/15/2011
 
Archive Date
3/30/2011
 
Point of Contact
Robin Shafer, 405-954-3123
 
E-Mail Address
robin.shafer@faa.gov
(robin.shafer@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for Placement of Multiple Blanket Purchase Agreements (BPAs) to provide Commercial Computer Components and Electronic Parts / Equipment / Wiring (Group 1) in support of the Federal Aviation Administration (FAA) Mike Monroney Aeronautical Center (MMAC), Logistics Center (AML). FAA intends to enter into not less than three (3) BPAs, and not more than five (5) BPAs. BPAs will be placed with those vendors deemed otherwise qualified for selection using the down-select criteria herein using a tiering structure based on business size in descending order of importance as follows: (1) Socio-Economically Disadvantaged Businesses (SEDB) certified by SBA for participation in the SBA's 8(a) program, (2) Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), (3) Small Businesses (to include Self-Certified SEDBs and Women-Owned Small Businesses) and (4) Other than Small Businesses. See the attachment document entitled "Statement of Work" (Attachment #1) and T3.2.2-(9), Tiered Evaluation (Attachment #2), for determination of the basic BPA scope and a general definition of selectees under the tiering structure for this acquisition which is considered a material part of this announcement. The total combined value of all BPAs is not-to-exceed $750,000.00 over five (5) years. BPAs will expire either upon reaching the total combined not-to-exceed value of the agreements, or five years from the date of the agreements, whichever occurs first. This announcement constitutes the only solicitation the FAA will issue; a written solicitation will not be posted. Capabilities statements and price quotations are requested in response to this announcement and must be submitted in accordance with the instructions contained herein. The solicitation documents and incorporated provisions and clauses are those in effect through AMS effective the date of this announcement, full text of which can be viewed at link: https://conwrite.faa.gov/. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and will be procured in accordance with Acquisition Management System (AMS) Procurement Guidance T3.2.2-(9), (Attachment #2) supplemented with additional information included herein. The associated North American Industry Classification System (NAICS) Code for this acquisition is 423430, which has a size standard of 100 employees. Due to the anticipated high interest in this acquisition, interested vendors shall submit an original and three (3) copies of their Capabilities Statement (length to be determined by the vendor) addressing the Government's "Down-Select ("GO" / "NO GO" basis) criteria. This criteria will be used to eliminate otherwise unacceptable firms from further consideration. Vendors must receive a "GO" rating for all criteria below to be considered further for BPA placement. Down-Select Criteria for this acquisition are: (C1) The vendor is qualified and registered in CCR under the NAICS code outlined above and, must be otherwise be qualified and registered at their claimed business size in at least 50% of the NAICS under the Statement of Work (SOW), to be considered for placement of a BPA; (C2) The vendor demonstrates in their capabilities statement that they are a regular supplier of a majority of the commercial items included in the BPA SOW, and maintain a regular inventory for those same items; (C3)(a) The vendor has a current on-line (internet-based) price list or catalog of prices outlining item name, part number, and unit price for a majority of the items required under the SOW and provides an active current website link to the FAA as part of their capabilities statement; OR (C3)(b) The vendor is an active Federal Supply Schedule (FSS) holder and their FSS contract contains a BPA provision (copy of the FSS contract with the BPA provision must be submitted with the capabilities statement); OR (C3)(c), The vendor chooses to maintain and regularly provide a hardcopy of their current price list / catalog to the FAA encompassing a majority of the items required under the SOW throughout the life of the BPA and gives approval to the FAA to post such a price list / catalog on an internal FAA share drive for Ordering Officer access, with the placement of a BPA.NOTE: Under Criteria C3, preference will be given to firms who meet the price list / catalog requirements of C3 (a). (C4) The vendor has a proven record of successfully providing same/similar items to the Government under previous contractual arrangements or agreements. Vendors shall list at least three (3) contracts or BPAs within the past 5 years under which same / similar items have been provided to the Government and list contract/BPA title and location, contract/BPA type, contract BPA value, types of items / services provided, end-user (customer) POC name / telephone number / email address. FAA reserves the right to contact POCs provided and request information regarding vendor performance under the referenced contract/agreement and use any / all past performance information available. NOTE TO VENDORS: Terms and conditions which differ, in part or in total, from those contained in this document will not be considered nor accepted by the Government. The terms and conditions herein may only be changed as a result of price negotiations, quantity / payment discounts offered by the Vendor, or changes to delivery terms / schedule for the supplies / services required as agreed to by both parties. In these instances, the Contracting Officer shall clearly document any agreements in the BPA document for the benefit of both parties prior to BPA placement. Terms and Conditions: (Attachment #3)(1) Preservation / Packaging, Packing and Marking (Clause 61 Requirements).a. All items unless otherwise specified shall be individually packaged to American Society for Testing and Materials (ASTM) D 3951 (packaging). "Standard Practices for Commercial Packaging are encouraged (unless it is shown that commercial packaging practices cannot provide adequate protection and preservation). MIL_STD-2073-1 is applied only when commercial packaging cannot meet known distribution and environmental requirements. Details and decision logic for the use of this standard are described in 1.1, 1.2, figure 1, and 6.10. b. Electrostatic or electromagnetic sensitive items shall be initially wrapped in Electrostatic Sensitive Discharge (ESD) shielding material conforming to MIL-STD-2073-1, Code GX, Preserve by Method 41. c. ESD intermediate and exterior containers shall be marked with the yellow and black ESD label IAW MIL-STD-129, "Marking for Shipment and Storage." d. Common hardware items shall be packaged in multiple unit pack quantities compatible with the unit of issue (UI) or Quantity per Unit Pack (QUP). BULK QUANTITIES ARE NOT ACCEPTABLE. e. Assemblies, modules and equipment shall be marked with a serial number to serve as a unique identifier. f. Labels should include:NATIONAL STOCK NUMBERMANUFACTURER'S NAMENOUNPART NUMBERQUANTITY AND UNIT OF ISSUELEVEL OF PROTECTION AND DATE PACKEDPO NUMBER/CONTRACT/AGREEMENT-ORDER NUMBERSERIAL NUMBER (if applicable)g. Items received noncompliant with preservation and packaging (especially ESD protection) are subject to be returned at no cost to the Government. In the event of an urgent need, the FAA may exercise the following action: The noncompliant packaged items will be retained and repackaged to specification at the FAA location. The FAA shall deduct packaging charges from the Purchase Order (PO). Noncompliant ESD packages WILL be returned. h. The following paragraph concerns only FAA items that are shipped to a contractor for repair: i. The FAA will endeavor to ship all items in reusable containers. All items shall be returned to the FAA in the same or equal containers (see a. above). In those instances where material is shipped in specialized containers (e.g., plastic/fiberglass shipping cases, metal crates, etc.), that material will be returned in the original container: j. FAA CONTACT FOR QUESTIONS REGARDING PACKAGING:Ronnie DeLoach (405) 954-5432, orWallace Hampton (405) 954-1615, AML-1010 Copies of the ASTMs can be attained from:ASTM100 Barr Harbor Dr.West Conshohocken, PA 19428(610) 832-9500 Copies of Mil STD 129 can be attained from:DODSSPCustomer ServiceStandardization Documents Order Desk700 Robbins Avenue Building 4DPhiladelphia, PA 19111-5094 (2) All deliveries will be made FOB Destination with delivery date, delivery location, and any specific packaging requirements annotated on each call. (3) The FAA desires to purchase supplies or services normally available from the Supplier and agrees to issue orders for such purchases under the conditions of this Agreement. (4) The Supplier desires to furnish supplies or services if and when requested by the Authorized Ordering Official during a specified period and within a stipulated aggregate amount, if any. (5) The Parties agree to the following: (a) The FAA is obligated only to the extent of authorizing purchases actually made under the conditions of the Agreement, and (b) Prices to the FAA shall be as low or lower than those charged to the Supplier's most favored customer for comparable quantities under similar terms and conditions in addition to any discounts for prompt payment. Vendors interested in consideration under this action must submit: (1) Capabilities Statement (original and 3 copies) in response to the Down-Select Criteria C1-C4 in a format and length to be determined by the offeror; (2) Completed Business Declaration Form (form is attached to this announcement); and (Attachment #4) (3) Copy of SBA Certification Letter if claiming status as a certified 8(a) small business. By submission of a package for consideration of a BPA, vendors certify agreement with the terms and conditions under the BPA SOW, this solicitation, and all material attachments hereto, as well as acknowledge the requirement that a prospective selectee shall be registered in the CCR database prior to BPA placement, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. The CCR website is http://www.ccr.gov. Faxed or e-mailed shall not be accepted. Offers must be submitted no later than 2:00 p.m. Central Time, March 15, 2011. For delivery through the U.S. Postal Service, the address is: FAA MMAC, Attention: AMQ-210, Robin Shafer, PO Box 25082, Oklahoma City, OK 73125-4931. For courier or hand-carried deliveries, the address is: FAA MMAC, Attention: AMQ-210, Robin Shafer, Room 312, 6500 S. MacArthur Boulevard, Oklahoma City, OK 73169. Please include the announcement number on your package. Requests for information concerning this requirement are to be addressed to Robin Shafer, Contract Specialist, at 405-954-3123 or Robin.Shafer@faa.gov. Collect calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/10470/listing.html)
 
Record
SN02389395-W 20110302/110228234456-92985e0b240e1573d85b89f506bebd36 (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.