Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2011 FBO #3395
SOLICITATION NOTICE

67 -- Christie Replacement Lamps - Combined_Synopsis_Solicitation (Word Version)

Notice Date
3/10/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423410 — Photographic Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 20598, United States
 
ZIP Code
20598
 
Solicitation Number
HSTS02-11-Q-CAC032
 
Point of Contact
Gladys M Wilks, Phone: 571-227-4637
 
E-Mail Address
gladys.wilks@dhs.gov
(gladys.wilks@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand Name Justification Combined Synopsis/Solicitation (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, in conjunction with Subpart 13.1, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is HSTS02-11-Q-CAC032 and is issued as a Request for Quote (RFQ). (iii) The solicitation document incorporates the following provisions and clauses in effect through Federal Acquisition Circular FAC 2005-31. FAR 52.212-1, 52.212-2, 52.212-3, 52.212-4 and 52.212-5 apply to this acquisition and the contract provisions and clauses are also incorporated in the attached RFQ. (iv) The associated North American Industrial Classification System (NAICS) code for this procurement is 423410 with a small business size standard of 100. This requirement is a Small Business set-aside and only qualified offerors may submit bids. (v) The Transportation Security Administration (TSA) intends to award a single fixed unit price Indefinite Delivery Indefinite Quantity (IDIQ) contract to support the Office of Law Enforcement/Federal Air Marshals (OLE/FAMS). Individual delivery order(s) may be issued under this contract. The contract ordering period will be five years. The following applies: Note 1 - Minimum Guaranteed Quantity is 50 Christie Replacement Lamps over the full term of the contract. Maximum Quantity shall not exceed 300 Christie Replacement Lamps over the full term of the contract. Maximum IDIQ contract value is not to exceed $200,000.00 over the full term of the contract. TSA requires Christie Replacement Lamps for projectors used at the Freedom Center. The Manufacturer Part Number is 003-000884-01. Base Year Pricing Schedule: 11 April 2011 - 10 April 2012 CLIN 0001 DESCRIPTION: Christie Replacement Lamps Part No. 003-000884-01 EST. QTY**: 60 UNIT: EA UNIT COST: TOTAL: Option Year 1 Pricing Schedule: 11 April 2012 - 10 April 2013 CLIN 10001 DESCRIPTION: Christie Replacement Lamps Part No. 003-000884-01 EST. QTY**: 60 UNIT: EA UNIT COST: TOTAL: Option Year 2 Pricing Schedule: 11 April 2013 - 10 April 2014 CLIN 20001 DESCRIPTION: Christie Replacement Lamps Part No. 003-000884-01 EST. QTY**: 60 UNIT: EA UNIT COST: TOTAL: Option Year 3 Pricing Schedule: 11 April 2014 - 10 April 2015 CLIN 30001 DESCRIPTION: Christie Replacement Lamps Part No. 003-000884-01 EST. QTY**: 60 UNIT: EA UNIT COST: TOTAL: Option Year 4 Pricing Schedule: 11 April 2015 - 10 April 2016 CLIN 400001 DESCRIPTION: Christie Replacement Lamps Part No. 003-000884-01 EST. QTY**: 60 UNIT: EA UNIT COST: TOTAL: **The estimated quantities in the table above shall be used for evaluation purposes only. (vi) Description of requirements for the items to be acquired. 1. Purpose Product, Service or Outcome Needed: The Transportation Security Administration (TSA), Office of Law Enforcement/Federal Air Marshals (OLE/FAMS) has a requirement for Christie Replacement Lamps for projection equipment that run at the Freedom Center located in the National Capital Region. Scope of the Product, Service, or Outcome: TSA requires Christie Replacement Lamps for projectors used at the Freedom Center. The Manufacturer Part Number is 003-000884-01. 2. Background The Freedom Center currently has 12 Christie Projectors, DS+65 and DS+650 operating 24/7/365. The Freedom Center is required to have immediate replacement lamps for rapid replacement when required. 3. Technical Requirements a. Vendor shall provide Christie Replacement Lamps already assembled (i.e., bulbs in housing). b. Vendor shall provide Manufacturer Part Number 003-000884-01 only. TSA will not accept an alternative part. c. The projector bulbs lamp life shall be rated at or higher than 2200 hrs/bulb. d. The Christie Replacement Lamps shall have a warranty from the manufacturer or the vendor. e. TSA will not accept refurbished parts. f. Delivery shall be Free on Board (FOB). g. The Christie Replacement Lamps shall be packaged to protect bulbs and housing from any cracking or damage during shipping. h. Vendor shall deliver Christie Replacement Lamps no later than 30 days after issuance of a delivery order. There may be instances where a longer delivery schedule is required. Delivery schedule will be identified in resulting order(s). (vii) Period of Performance: 11 April 2011 - 10 April 2016 (viii) FAR 52.212-1 Instructions to Offerors-Commercial Items. (JUN 2008) applies to this acquisition. Offerors shall submit a quote for all contract line items outlined in Section V. (ix) FAR 52.212-2 Evaluation-Commercial Items (JAN 1999) Award may be made without discussions unless the Contracting Officer determines discussions are necessary. Quotations received in response to this synopsis/solicitation shall be evaluated on the basis of LOWEST PRICE (exact match only). The Government will only evaluate the lowest price offer. Should the lowest price offer meet the Government's requirement, the Government will not evaluate any other offers. If the lowest price offer does not meet the Government's requirement, the Government will evaluate the next lowest price offeror and continue to do so until an offer is evaluated as acceptable. The Government will evaluate offers for award purposes by adding the total price for all contract line items (i.e., base plus option years). The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (x) FAR 52.212-3 (JAN 2011) Offeror Representation and Certifications-Commercial Items applies to this acquisition Offeror shall submit a completed copy of their provisions with its quote. Offeror shall ensure that all provisions are accurate and up to date. See https://orca.bpn.gov/ (xi) FAR 52.212-4, Contract Terms and Conditions--Commercial Items (JUN 2010) applies to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items (JAN 2011) applies to this acquisition. Within FAR 52.212-5, the following clauses apply: FAR 52.233-3, Protest After Award (AUG 1996); FAR 52.233-4 ; Applicable Law for Breach of Contract Claim (OCT 2003); FAR 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003); FAR 52.219-28, Post-Award Small Business Program Rerepresentation (APR 2009); FAR 52.222-3, Convict Labor (JUN 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JUL 2010); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007); FAR 52.222-35, Equal Opportunity for Veterans (SEP 2010); FAR 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010); FAR 52.222-27, Employment Reports on Veterans; FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving (SEP 2010); FAR 52.225-1, Buy American Act - Supplies (FEB 2009); FAR 52.225-5, Trade Agreements (AUG 2009); FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (xii) Additional applicable clauses: FAR 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 by the individuals or activities designated in the Schedule. Such orders may be issued from 11 April 2011 - 10 April 2016. (b) All delivery orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order and this contract, the contract shall control. (c) If mailed, a delivery 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) FAR 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 50, 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 300; (2) Any order for a combination of items in excess of 300; or (3) A series of orders from the same ordering office within 60 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 30 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) FAR 52.216-22 Indefinite Quantity (OCT 1995), (a) This is an indefinite-quantity contract for the services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) 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 10 April 2017. (End of clause) FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000), (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. (End of clause) FAR 52.232-8 Discounts for Prompt Payment (Feb 2002) Additional Contract Requirements: Delivery Order (a) A delivery order is the contractual instrument issued by the Government to the Contractor to order work. The delivery order is issued upon agreement between the Government. The delivery order will be the Notice-To-Proceed. Each individual delivery order becomes a fixed price contract. Order for Supplies or Services Form, OF 347 will be issued for each delivery order. Delivery orders will be mailed, emailed, or faxed, whichever is more expeditious. The Government reserves the right to issue delivery orders unilaterally. (b) Orders placed under this indefinite delivery contract shall contain the following information, (1) Date of order. (2) Contract number and order number. (3) Item number and scope of work. (4) Delivery or performance date. (5) Place of delivery or performance. (6) Packaging, packing, and shipping instructions. (7) Accounting and appropriation data. (8) Bonding requirements. (9) Any other pertinent information. (c) Modifications to task orders may be required due to differing site conditions, increased scope of work or a decreased scope of work. Modifications are issued pursuant to specific standard clauses contained in the basic contract. If a modification to a delivery order is required, the Contractor shall submit a detailed cost. (d) All delivery orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order and this contract, the contract shall control. News Releases The contractor shall obtain explicit, written consent from the contracting officer before making reference to the equipment or services furnished pursuant to the provisions of this contract in any news release or commercial advertising, or in connection with any news release or commercial advertising. Submission of Invoices (a) Background: The Transportation Security Administration (TSA) partners with the United States Coast Guard Finance Center for financial services in support of TSA operations, including the payment of contractor invoices. Therefore, all contractor invoices must be submitted to, and will be paid by, the U.S. Coast Guard Finance Center (FinCen). (b) Invoice Submission Method: Invoices may be submitted via facsimile, U.S. Mail, or email. Contractors shall utilize ONLY ONE method per invoice submission. The submission information for each of the methods is as follows in order of preference: 1) Facsimile number is: 757-413-7314 The facsimile number listed above shall be used by contractors for ORIGINAL invoice submission only. IS f facsimile submission is utilized, contractors shall not submit hard copies of invoices via the U.. mail. It is the responsibility of the contractor to verify that invoices are received, regardless of the method of submission used. Contractors may inquire regarding the receipt of invoices by contacting the U.S. Coast Guard Finance Center via the methods listed in subparagraph (e) of this clause. 2) U.S. Mail: United States Coast Guard Finance Center TSA Commercial Invoices P.O. Box 4111 Chesapeake, VA 23327-4111 3) Email Invoices: FIN-SMB-TSAInvoices@uscg.mil or www.fincen.uscg.mil (c) Invoice Process: Upon receipt of contractor invoices, FinCen will electronically route invoices to the appropriate TSA Contracting Officer's Technical Representative and/or Contracting Officer for review and approval. Upon approval, the TSA will electronically route the invoices back to FinCen. Upon receipt of certified invoices from a Authorized Certifying Official, FinCen will initiate payment of the invoices. Note for discounts offered: Discounts on invoices. If desired, the Contractor should offer discounts directly upon the invoice submitted, clearly specifying the terms of the discount. Contractors can structure discounted amounts for payment for any time period less than the usual thirty day payment period specified under Prompt Payment requirements; however the Contractor should not structure terms for payment of net amounts invoiced any sooner than the standard period required under FAR Subpart 32.9 regarding prompt payments for the specified deliverables under contract. Discounts offered after invoice submission. If the Contractor should wish to offer a discount on a specific invoice after its submission for payment, the Contractor should submit a letter to the Finance Center identifying the specific invoice for which a discount is offered and specify the exact terms of the discount offered and what time period the Government should make payment by in order to receive the discount. The Contractor should clearly indicate the contract number, invoice number and date, and the specific terms of the discount offered. Contractors should not structure terms for net amount payments any sooner than the standard period required under FAR Subpart 32.9 regarding prompt payments for the specified deliverables under contract. (d) Payment Status: Contractors may inquire on the payment status of an invoice by any of the following means: (1) Via the internet: https://www.fincen.uscg.mil Contacting the FinCen Customer Service Section via telephone at 1-800-564-5504 or (757) 523-6940 (Voice Option #1). The hours of operation for the Customer Service line are 8:00 AM to 5:00 PM Eastern Time, Monday through Friday. However, the Customer Service line has a voice-mail feature that is available 24 hours per day, 7 days per week. (2) Via the Payment Inquiry Form: https://www.fincen.uscg.mil/secure/payment.htm (e) Invoice Elements: Invoices will automatically rejected if the information required in subparagraph (a)(2) of the Prompt Payment Clause, contained in this Section of the Contract, including EFT banking information, Taxpayer Identification Number (TIN), and DUNS number are not included in the invoice. All invoices must be clearly correlate invoiced amounts to the corresponding contract line item number and funding citation. The Contractor shall work with the Government to mutually refine the format, content and method of delivery for all invoice submissions during the performance of the Contract. (f) Supplemental Invoice Documentation: Contractors shall submit all supplemental invoice documentation (e.g. copies of subcontractor invoices, travel vouchers, etc) necessary to approve an invoice along with the original invoice. The Contractor invoice must contain the information stated in the Prompt Payment Clause in order to be received and processed by FinCen. Supplemental invoice documentation required for review and approval of invoices may, at the written direction of the Contracting Officer, be submitted directly to either the Contracting Officer, or the Contracting Officer's Technical Representative. Note for "time-and-material" type contracts: The Contractor must submit the following statement with each invoice for labor hours invoiced under a "time-and-materials" type contract, order, or contract line item: "The Contractor hereby certifies in accordance with paragraph (c) of FAR 52.232-7, that each labor hour has been performed by an employee (prime or subcontractor) who meets the contract's specified requirements for the labor category invoiced." (xv) Quotes shall be submitted to Gladys Wilks via email to gladys.wilks@dhs.gov no later than 9:00 am EST, on Thursday, 31 March 2011. (xvi) Questions regarding this RFQ shall be submitted to Gladys Wilks via email to gladys.wilks@dhs.gov no later than 9:00 am EST, on Thursday, 17 March 2011. All inquires must be via e-mail to the person specified in the solicitation. All answers will be provided in writing via posting to the FBO. Phone inquiries will not be accepted. Interested offerors must be registered in the Central Contractor Registration (CCR) database. Firms can register via the CCR Internet site at http://www.ccr.gov or by contacting the CCR Information Center at 1-888-227-2423. DISCLAIMER: The official solicitation is located on an official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted on the FBO page. This will be the only method of distributing amendments prior to closing; therefore, it is the offerors' responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the reference web pages.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS02-11-Q-CAC032/listing.html)
 
Record
SN02397818-W 20110312/110310234426-5d0998bfb70ee1e22204fb478e83d7c9 (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.