Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2011 FBO #3469
SOLICITATION NOTICE

83 -- Used Luggage - Request for Proposal - Package #1

Notice Date
5/23/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
453310 — Used Merchandise Stores
 
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-R-CAN011
 
Archive Date
7/2/2011
 
Point of Contact
Andrea S. Adam, Phone: 571-227-4627, Andrew T Bewick, Phone: 571-227-5446
 
E-Mail Address
andrea.adam@dhs.gov, andrew.bewick@dhs.gov
(andrea.adam@dhs.gov, andrew.bewick@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 3 - Form DD 250 Attachment 2 - Provisions and Clauses Attachment 1 - IDIQ Pricing Table RFP HSTS02-11-R-CAN011 Combined Synopsis/Solicitation DESCRIPTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is HSTS02-11-R-CAN011 and is issued as a Request for Proposal (RFP). This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-50, effective April 15, 2011. The associated North American Industrial Classification Systems (NAICS) code for this procurement is 453310 - Used Merchandise Stores. This is a 100% Small Business Set-Aside competition and only qualified offerors may submit bids. The NAICS code 453310 has a Small Business Size Standard of $7.0 Million. The Transportation Security Administration (TSA) intends to award multiple, firm-fixed-price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contracts. TSA anticipates award of the IDIQ contracts within 60 days of receipt of quotes. Individual delivery orders may be issued under these contracts. However, the Government reserves the right to not award a contract and does not guarantee any order placements beyond the minimum quantity. The period of performance for the IDIQ will be one 12-month base period with two 12-month option periods. TSA requires the following Contract Line Item (CLIN) for supplies: Base Ordering Period CLIN 00001 Used baggage/luggage with used clothing and used toiletries to include shipping to multiple CONUS locations. SECTION A: REQUIREMENT INFORMATION 1. REQUIRING ORGANIZATION Department of Homeland Security Transportation Security Administration 1900 Oracle Way, Suite 400 - NEDCTP Reston, VA 20598 - 6105 2. OBJECTIVE The Department of Homeland Security (DHS) Transportation Security Administration (TSA) National Explosives Detection Canine Team Program (NEDCTP) intends to procure used luggage/baggage to be used by the NEDCTP proprietary canine teams at multiple locations throughout the continental United States (CONUS). 3. BACKGROUND The NEDCTP exists to deter and detect the introduction of explosives into the transportation system. Explosives detection canine teams are a proven reliable resource to detect explosives and are key components in a balanced counter-sabotage program. The canine teams are acclimated to the unique characteristics of the airport and mass transit systems and are well versed in searching many types of aircraft, mass transit systems, light rail and subways. The TSA-certified explosives detection canine teams combine excellent mobility with reliable detection rates. Through this procurement, TSA seeks to purchase used luggage/baggage with contents for TSA federal canine teams deployed across the continental United States. TSA regulates airports and airlines; therefore, it would be a conflict of interest to solicit donations of used luggage/baggage from either of these entities. SCOPE The NEDCTP requires a variety of soft-sided and hard-sided used luggage/baggage with contents that will be shipped on a quarterly basis to multiple CONUS locations. This requirement is for a three (3) year period of performance. During this period of performance, NEDCTP will require a minimum of 310 pieces of used luggage/baggage and a maximum of 25,920 pieces of used luggage/baggage. Based on the projected growth of the program, an increase in the quantity of used luggage is anticipated in the second and third years of the period of performance. 4. TECHNICAL REQUIREMENTS/TASKS The Contractor(s) shall provide soft-sided and hard-sided case used luggage/baggage in a variety of sizes meeting the requirements listed below: a) Used luggage/baggage must be in good working order with working zippers, undamaged handles and wheels where applicable. b) Damaged used luggage/baggage where the outer shell is cracked, torn or punctured will not be accepted. However, an exception will be made for the damage to the interior lining or compartments of the used luggage. Cosmetic imperfections such as scuffs, scrapes or discoloration will be accepted. c) Each piece of used luggage/baggage shall contain five (5) used but not soiled articles of clothing. d) Each piece of used luggage/baggage shall contain three (3) used toiletry items that would fit in a standard shaving kit or toiletry bag with dimensions of approximately 10.5" x 6.5" x 5". Used toiletry items must be in good condition with no leaking product, dents, ill-fitting caps or cracks. Used toiletry items must be chosen from the following list of items: deodorant, lotion, shampoo, conditioner, soap, toothpaste, toothbrush, mouthwash, facial cleanser, perfume, shaving cream, after shave, wet wipes, hair spray, gel, mousse, makeup, contact lens solution, over-the-counter medicines, anti-bacterial spray, nail polish and suntan lotion. e) Each used luggage shipment shall consist of an assortment of used luggage/baggage sizes (example of sizes to include: pullman, weekender/overnighter, full size and carry-on luggage). TSA will not accept a shipment containing all the same sized luggage. Contractor(s) will ship used luggage/baggage with contents meeting the technical requirements listed above. Contractor(s) will be responsible for all shipping and handling costs (these costs shall be included in pricing). Delivery instructions will be provided by TSA when delivery orders are placed. Estimated Quantities Over the three (3) year period of performance, the minimum quantity of used luggage/baggage required is 310 pieces and the maximum quantity required is estimated to be 25,920 pieces. 5. DELIVERABLES Initial Delivery Order For the initial delivery order of 1,320 pieces of used luggage, the Government anticipates that the awarded Contractor(s) will each provide a minimum of 310 pieces of luggage shipped to multiple CONUS locations. Shipping locations and points of contact will be provided by TSA at the time of the delivery order award. Contractor(s) will ship the initial delivery order within 15 days of delivery order award. Contractor(s) shall provide a DD Form 250, Material Inspection and Receiving Report for each shipment. Recurring Delivery Orders Contractor(s) will provide by delivery order, quarterly shipments of a minimum of 310 pieces of used luggage/baggage with contents to multiple CONUS locations. The Contractor(s) shall also provide additional emergency deliveries upon request by TSA. Shipping locations and points of contact will be provided by TSA within five days of delivery order award. Contractor(s) shall ship used luggage/baggage within 30 days of delivery order award. Contractor(s) shall provide a DD Form 250, Material Inspection and Receiving Report for all shipments. Information regarding the required quantities of used luggage will be provided in the RFP for each delivery order. Dates for delivery and delivery locations will be indicated on individual delivery orders. Offers must be submitted on the basis of f.o.b. destination only. Inspection and Acceptance Legal title to the goods (ownership) transfers from the Contractor to the Government at the time of acceptance of quality, quantity and the condition of tendered supplies. Acceptance is the act of an unauthorized Government agent which formally determines that the supplies submitted by a Contractor satisfactorily discharge the Contractor's duty of performance under the delivery order. 6. PERIOD OF PERFORMANCE The period of performance for the IDIQ contracts will be one 12-month base period with two 12-month option periods. 7. GOVERNMENT POINTS OF CONTACT The Government Points of Contact will be determined at the time of award. SECTION B. PROVISIONS AND CLAUSES The following FAR provisions and clauses apply to this solicitation and are incorporated as Attachment 2 to this solicitation: Incorporated by reference: 52.212-1, Instructions to Offerors - Commercial Items 52.212-3, Offeror Representations and Certifications - Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items Incorporated by full text: 52.212-2, Evaluation - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items SECTION C. ORDERING PROCEDURES TSA anticipates placing orders through delivery orders. The delivery orders will be administered by the TSA Contracting Officer and Contracting Officer's Technical Representative (COTR). Request for Proposals (RFP) will be issued to the IDIQ awardees on a periodic basis. The Contractor shall also provide emergency deliveries upon request by the TSA COTR. The Government reserves the right to place oral orders in accordance with ordering procedures outlined in FAR 16.505 as appropriate. In accordance with FAR 16.505(b), the Contracting Officer will ensure that all awardees receive a fair opportunity to compete for future delivery orders. When there is a requirement for a delivery order to be fulfilled, the Government will issue a RFP to the awardees. A response time will be designated in the RFP. The Government will review all timely and complete responses and award the delivery order to the awardee(s) that represents the best value to the Government. For delivery orders, the basis of award for each task order will be stated in the RFP. Delivery order proposals will be evaluated on the basis of either best value trade-off or a best value lowest price technically acceptable (LPTA). When evaluating proposals based on trade-off, the non-price evaluation factors of past performance and technical approach, when combined, will be considered to be equal in importance to price in determining the best value to the Government. When evaluating past performance, the Government will consider the timeliness of previous deliveries and the quality and adherence to the technical requirements listed in the RFP. The Government reserves the right to make a direct award to any vendor if one of the statutory exceptions at FAR 16.505(b) applies to the situation. Each awardee's past performance will continuously be recorded and evaluated for delivery orders and will be considered in the competition of future orders. SECTION D. ADDITIONAL CONTRACT REQUIREMENTS 1. Funding This IDIQ does not obligate any funds nor authorize any deliveries. The Government is obligated only to the extent of funds obligated on authorized delivery orders issued under the IDIQ awards. The firm-fixed price per unit is based on a breakdown of all costs and delivery charges to NEDCTP locations throughout CONUS. 2. Accounting and Appropriation Data Accounting and appropriation data will be provided at the delivery order level. 3. Post Award Conference The Contractor(s) shall attend a Post Award Conference with the Contracting Officer, Contract Specialist and COTR at TSA Headquarters in Arlington, Virginia. The Post Award Conference will cover the terms and conditions of the IDIQ, partnering and working relationships, contract administration and other administrative concerns. The date of the Post Award Conference will be no later than two (2) weeks after date of the multiple IDIQ contract awards. The Contractor(s) will be contacted by the Contract Specialist to coordinate the Post Award Conference. 4. Contracting Officer The Contracting Officer is the only person authorized to make any changes, approve any changes in the requirements of this contract, issue orders, obligate funds and authorize the expenditure of funds, and notwithstanding any term contained elsewhere in this contract, such authority remains vested solely in the Contracting Officer. (For further information, the Contracting Officer is a federal government employee who is specifically authorized and appointed in writing under specified agency procedures and granted the authority to enter into, administer, and/or terminate contracts and make related determinations and findings.) In the event, the Contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. 5. Contracting Officer's Technical Representative The principle role of the Contracting Officer's Technical Representative (COTR) is to support the Contracting Officer in managing the contract. This is done through furnishing technical direction within the confines of the contract, monitoring performance, ensuring requirements are met within the terms of the contract, and maintaining a strong relationship with the Contracting Officer. As a team, the Contracting Officer and COTR must ensure that program requirements are clearly communicated and that the agreement is performed to meet them. 6. Disclosure of Information Information furnished by the Contractor(s) under this contract may be subject to disclosure under the Freedom of Information Act (FOIA). Therefore, all items that are confidential to business, or contain trade secrets, proprietary, or personally-identifiable information must be clearly marked. Any information made available to the Contractor(s) by the Government must be used only for the purpose of carrying out the requirements of this contract and must not be divulged or made known in any manner to any person except as may be necessary in the performance of the contract. In performance of this contract, the Contractor(s) assumes responsibility for protection of the confidentiality of Government records and information and must ensure that all work performed by its Subcontractor(s) shall be under the supervision of the Contractor(s) or employees of the Contractor(s). 7. Publicity and Dissemination of Contract Information Publicity releases or commercial advertising in connection with or referring to this contract or effort shall not be made by the Contractor(s) unless prior written approval has been received from the Contracting Officer. The Contractor(s) shall not publish, permit to be published or distribute for public consumption, any information, oral or written, concerning the results or conclusions made pursuant to the performance of this contract, without the prior written consent of the Contracting Officer. Two copies of any material proposed to be published or distributed shall be submitted to the Contracting Officer. A minimum of five full business days' notice is required for requests made in accordance with this provision. 8. Advertising of Award The contractor shall not refer to contract awards in commercial advertising in such a manner as to state or imply that the product or service provided is endorsed or preferred by the Federal Government or is considered by the Government to be superior to other products or services. 9. Major Breach of Safety or Security (a) Safety is the freedom from those conditions that can cause death, injury, occupational illness, damage to or loss of equipment or property, or damage to the environment. Safety is essential to TSA and compliance with safety standards and practices is a material part of this contract. A major breach of safety may constitute a breach of contract that entitles the Government to exercise any of its rights and remedies applicable to material parts of this agreement, including termination for default. A major breach of safety must be related directly to the work on the agreement. A major breach of safety is an act or omission of the Contractor(s) that consists of an accident, incident, or exposure resulting in a fatality, serious injury, or mission failure; or in damage to equipment or property equal to or greater than $1 million; or in any "willful" or "repeat" violation cited by the Occupational Safety and Health Administration (OSHA) or by a state agency operating under an OSHA approved plan. (b) Security is the condition of safeguarding against espionage, sabotage, crime (including computer crime), or attack. A major breach of security may constitute a breach of contract that entitles the Government to exercise any of its rights and remedies applicable to material parts of this agreement, including termination for default. A major breach of security may occur on or off Government installations, but must be related directly to the work on the agreement. A major breach of security is an act or omission by the Contractor(s) that results in compromise of classified information or sensitive security information or sensitive but unclassified information, including contractor proprietary information, illegal technology transfer, workplace violence resulting in criminal conviction, sabotage, compromise or denial of information technology services, equipment or property damage from vandalism greater than $250,000, or theft greater than $250,000. NOTE: Breach of Security for the purposes of this definition should not be confused with breach of security in screening operations. (c) In the event of a major breach of safety or security, the Contractor(s) shall report the breach to the Contracting Officer. If directed by the Contracting Officer, the Contractor(s) shall conduct its own investigation and report the results to the Government. The Contractor(s) shall cooperate with the Government investigation, if conducted. 10. Government Furnished Resources and Information No portion of this requirement is predicated upon the use of government-furnished equipment unless specifically defined in this document. TSA will provide the Contractor(s) with required government furnished information, should the need arise. At the time of delivery order award TSA will provide Contractor(s) with the designated POCs at each government location. SECTION E. ADDITIONAL INSTRUCTIONS TO OFFERORS Offerors shall ensure that their submission includes, at a minimum, the following information in response to this solicitation: 1. Administrative Documentation to include: a) Company Address b) Contractual Point of Contact, Phone Number, Email c) Company Tax Identification Number d) Company DUNS Number e) All Applicable Fill-In Provisions and Clauses to include completion of: i. FAR 52.212-3 Offeror Representations and Certifications (If your company is registered at the ORCA website (https://orca.bpn.gov/), you will not need to complete and return FAR Clause 52.212-3) ii. HSAR 48 CFR 3052.209-70(d), Prohibition on Contracts with Corporate Expatriates. 2. Technical Approach (Volume I) - Limited to five (5) pages. Offerors shall submit a narrative explaining how the proposed technical approach meets or exceeds the stated requirements of the solicitation. The technical approach shall include a technical solution which addresses the following aspects of the requirement: a) Capability to provide the products required by TSA. b) Distribution capability discussing the offeror's ability to deliver to the locations required in a timely manner. c) The method in which the offeror intends to track orders and deliveries to multiple locations. 3. Past Performance Information (Volume II) - Limited to two (2) pages per example. Offerors shall provide the following past performance information for each contract: a) Corporation and address (agency, corporation, etc.) b) Contract/order number c) Type of contract d) Contract value, including options e) Period of performance for contract/order f) Point of contact for contract/order g) Point of contact's address, phone and email address h) Brief description of the work done under the contract i) Quantities of products delivered j) Similarities in size, scope and complexity to current requirement. 4. Price for CLIN 00001 (Volume III). Offerors are requested to use the IDIQ Pricing Table, Attachment 1. SECTION F. EVALUATION CRITERIA Proposals will be evaluated on the basis of Lowest Price Technically Acceptable (LPTA). Non-price factors will be evaluated to determine which submissions meet the technical requirements and have successful or neutral past performance. The non-price factors will be evaluated on an acceptable or unacceptable basis with no gradations or scores for higher level of achievement. Awards will be made to the offerors submitting technically acceptable proposals with the lowest price. 1. Price/Cost Offerors shall provide the total price for CLIN 00001 as reflected in the IDIQ Pricing Table, Attachment 1. The price quoted shall be f.o.b. destination and must reflect the total price (including all shipping and handling costs) to the Government. 2. Price Evaluation The proposed fixed unit price will also be analyzed to determine if the price proposed for the base period is reasonable for the type of item required. The Government reserves the right to reject a proposal in the event that the lack of balance in the pricing poses an unacceptable risk to the Government. The Government reserves the right to not award an IDIQ contract under this solicitation in the event that all responding offerors' prices poses an unacceptable risk to the Government. SECTION G. SUBMISSION Please email submissions to TSA Contract Specialist Andrea Adam via email to andrea.adam@dhs.gov, no later than June 17, 2011 at 4:00 pm EST. The subject line should read "Used Luggage RFP HSTS02-11-R-CAN011". Emailed submissions for HSTS02-11-R-CAN011 must include a separate attachment for each volume. The Government reserves the right to disregard any additional attachments without notification to the offeror. Submissions must be received by the Contract Specialist no later than the exact time specified in the solicitation to be considered for award. Time of receipt will be determined by the Government's email receipt time. It is the quoting firm's responsibility to ensure this is done according to the above restrictions. SECTION H. QUESTIONS DUE DATE AND TIME Questions about the RFP shall be due to the TSA Contracting Office not later than June 3, 2011 by 4:00 pm EST. All questions shall be submitted to TSA Contract Specialist Andrea Adam via email to andrea.adam@dhs.gov. Each question submitted shall reference the specific section and paragraph of the RFP as appropriate. TSA's "Responses To All Questions" will be posted on https://www.fbo.gov/. SECTION I. ATTACHMENTS Attachment 1 IDIQ Pricing Table Attachment 2 Provisions and Clauses Attachment 3 Form DD 250
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS02-11-R-CAN011/listing.html)
 
Place of Performance
Address: Multiple CONUS locations, United States
 
Record
SN02455060-W 20110525/110523234919-d909b5db4a2befa1491951ff02fca8bb (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.