Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2012 FBO #3743
MODIFICATION

99 -- ETD Traps - Solicitation 1

Notice Date
2/21/2012
 
Notice Type
Modification/Amendment
 
NAICS
424990 — Other Miscellaneous Nondurable Goods 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
HSTS05-12-Q-MSP001
 
Archive Date
3/15/2012
 
Point of Contact
Suzanne C Speed, Phone: 571-227-3186, Stacey M Walker, Phone: 206-834-24049
 
E-Mail Address
suzanne.speed@tsa.dhs.gov, stacey.walker@tsa.dhs.gov
(suzanne.speed@tsa.dhs.gov, stacey.walker@tsa.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the information in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; firm fixed price quotes are being requested and a written solicitation will not be issued. Solicitation number HSTS05-12-Q-MSP001 is being assigned to this procurement for tracking purposes only. Paper copies of this solicitation will not be made available. The proposed contract action is for commercial supplies. This request for quote is a request for competitive quotes. All quotes received by the closing response date will be considered by the Government. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-55. It is the responsibility of the contractor to be familiar with the applicable clauses, provisions, and scope of work. The NAICS code is 424990 and the Small Business Standard is 500 employees. The Government anticipates awarding a firm fixed price purchase order. The Transportation Security Administration requests quotes only from qualified and Transportation Security Laboratory approved sources capable of providing the following consumables: CLIN Number Item Quantity Total Price 00001 Explosive Trace Detection (ETD) Calibration Traps, Compatible with the GE Itemiser DX (100 traps per unit), 50 Units per Month for 7 Months totaling 350 Total Units 00002 ETD Sample Traps, Compatible with the GE Itemiser DX (100 traps per unit), 200 Units per Month for 7 Months totaling 1,400 Total Units 00003 ETD Verification Traps, Compatible with the GE Itemiser DX (100 traps per unit), 50 Units per Month for 7 Months totaling 350 Total Units If applicable, direct questions regarding the process for obtaining approval for ETD consumables from the Transportation Security Laboratory to: Dr. Sheldon Brunk at: Sheldon.brunk@dhs.gov. The delivery of the items shall begin no later than 30 days after award, and shall reoccur every 30 days for seven months. Offerors are to provide F.O.B destination pricing. Delivery is required no later than the dates stated above for each quantity. Early deliveries will be accepted. Deliver to: Minneapolis St. Paul International Airport Address and Point of Contact to be Provided Upon Award Saint Paul, MN 55111 Packing and preservation shall be in accordance with best commercial practices. The following clauses are hereby incorporated: FAR Clauses 52.212-1 Instruction to Offerors- Commercial Items (no addenda are attached); FAR 52.212-3 Offeror Representations and Certifications- Commercial Items; FAR 52.212-4 Contract Terms and Conditions- Commercial Items (no addenda are attached); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders- Commercial Items. Offerors are reminded to include a completed copy of the provisions at FAR 52.212-3 Offeror Representations and Certifications- Commercial Items, with its offer. To view the clauses in full text, visit http://www.acqnet.gov/far. Offerors must be registered in the CCR database and registered in https://orca.bpn.gov to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. 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. The following Primary Contracting Officer is assigned to this contract. Alternate Contracting Officers may be assigned: TSA Contracting Officer: NAME: Stacey Walker PHONE NUMBER: (206) 834-2409 EMAIL: Stacey.Walker@tsa.dhs.gov SUBMISSION OF INVOICES - COMMERCIAL 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. If facsimile submission is utilized, contractors shall not submit hard copies of invoices via the U.S. 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 (d) 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 an 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 be 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 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." g. Additional Invoice Preparation Instructions for Software Development and/or Hardware. The Contractor shall clearly include a separate breakdown (by CLIN) for any software development activities (labor costs, subcontractor costs, etc) in accordance with Federal Accounting Standards Advisory Board Statement of Federal Financial Accounting Standards Number 10 (Preliminary design costs, Development costs and post implementation costs) and cite payment terms. The contractor shall provide make and model descriptions as well as serial numbers for purchases of hardware and software (where applicable.) h. Frequency of Invoice Submission. Contractor will submit invoices on a monthly basis in arrears. TERMS AND CONDITIONS FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. (FEB 2012). The following clauses within this clause apply to this acquisition: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (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: _x_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). _x_ (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). _x_ (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). _x_ (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). _x_ (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). _x_ (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _x_ (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). _x_ (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _x_ (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _x_ (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). _x_ (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). _x_ (32) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). _x_ (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). _x_ (39) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). _x_ (42) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _x_ (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). DISCLOSURE OF INFORMATION Information furnished by the Contractor 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 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 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 or the Contractor's employees. 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 unless prior written approval has been received from the Contracting Officer. The Contractor 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. 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. 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 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 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 shall report the breach to the Contracting Officer. If directed by the Contracting Officer, the Contractor shall conduct its own investigation and report the results to the Government. The Contractor shall cooperate with the Government investigation, if conducted. INSTRUCTIONS TO OFFERORS The contractor shall provide detailed information on the items quoted (manufacturer, item number, etc.) with the quotation. This announcement will close at 5:00 P.M. EST on February 29, 2012. Contact Suzanne Speed who can be reached at 571-227-3186 or email Suzanne.Speed@tsa.dhs.gov with questions pertaining to this solicitation. All responsible sources may submit a quotation. The quotes shall be submitted to the following email address: Suzanne.Speed@tsa.dhs.gov. EVALUATION OF QUOTATIONS One or more awards may be made to the offeror(s) proposing the best value to the Government on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for non price factors. Only vendors whose products have been qualified and approved by the Transportation Security Laboratory will be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS05-12-Q-MSP001/listing.html)
 
Place of Performance
Address: Minneapolis St. Paul International Airport, Saint Paul, Minnesota, 55111, United States
Zip Code: 55111
 
Record
SN02679618-W 20120223/120221234916-1c8c238e4b2f3d88dc487fc12ccd29d2 (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.