Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2012 FBO #3757
SOLICITATION NOTICE

39 -- Manual Diverter Roller (MDR) Tables - Attachment No. 1 - Specifications

Notice Date
3/6/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333922 — Conveyor and Conveying Equipment Manufacturing
 
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-R-CT2012
 
Point of Contact
Stacey M Walker, Phone: 206-834-24049, Ingrid Pascall, Phone: 571-227-2773
 
E-Mail Address
stacey.walker@tsa.dhs.gov, ingrid.pascall@dhs.gov
(stacey.walker@tsa.dhs.gov, ingrid.pascall@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment Number 2 - OCONUS Destinations Attachment Number 1 - Specifications 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; proposals are being requested and a written solicitation will not be issued. Solicitation number HSTS05-12-R-CT2012 is hereby issued as a request for proposal (RFP) in accordance with FAR Parts 12 and 15. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55, effective February 2, 2012. This requirement is 100% set-aside for small business concerns. The NAICS code is 333922, and the small business size standard is 500 employees. The Government reserves the right to make multiple awards. If practicable, the Government reserves the right to award a contract without discussions. Pricing It is estimated that an equal number of right-handed and left-handed tables will be acquired. The pricing below shall be for either a right-handed or a left-handed table. CLIN DESCRIPITION PERIOD OF PROPOSED EST. QTY. TOTAL PERFORMANCE PRICE 0001 Base Period (MDR) 12 months $ 1,200 $ 0002 Option Period One (MDR) 12 months $ 600 $ 0003 Option Period Two (MDR) 12 months $ 600 $ TOTAL 2,400 Description of requirements for the items to be acquired. Manual Diverter Roller Tables (See attachment number 1 for specifications) will be delivered to locations throughout CONUS and OCONUS. Reference Attachment 2 for the list of locations and estimated quantities. All items shall be FOB Destination. Manufacturing Capability The contractor will be required to manufacture a minimum of one hundred (100) Manual Diverter Roller Tables each week for delivery for this requirement without exception. Delivery Delivery shall be FOB Destination for all locations, both CONUS and OCONUS. A list of possible OCONUS destinations and the estimated quantity of units to each is attached as Attachment 2. If an order cannot be fulfilled in its entirety, the contractor shall make shipments no less than weekly beginning seven calendar days after receipt of order (ARO) to destinations in descending order, as they appear on the delivery information, unless otherwise stated. A TSA Form 251 will be required to be completed for each delivery. Any special delivery instructions, such as lift gate or trucks of a certain size, must be accommodated on an individual basis and will be stated on each order. Inside delivery may be required for certain locations. Packaging and Marking Each MDR shall be individually packaged. All components to assemble a full MDR shall be included in the same package. The packaging must be adequate to prevent damage to the MDR unit during shipping. The Contractor should anticipate that an MDR unit will be shipped to more than one location. The Contractor will label each crate with the correct marking (Left Hand / Right Hand). The Contractor shall build individual, stackable crates, for redistribution by TSA to individual deployment locations throughout the duration of the project. The units will be built with removable screw tops for ease of access at installation time. All crates will be accessible from (4) sides for fork truck unloading. The Contractor shall crate the MDRs in stacks of three (3) High and two (2) Deep -equivalent to 6 MDRs per pallet for bulk deliveries, while maintaining the ability to ship single units. 1.0 Contract Administration Data: 1.1 CONTRACTING OFFICER (CO) 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: Ingrid Pascall PHONE NUMBER: 571.227.2773 EMAIL: Ingrid.Pascall@dhs.gov 1.2 CONTRACTING OFFICER'S REPRESENTATIVE (COR) AND TECHNICAL MONITORS 1. The principle role of the COR 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 COR must ensure that program requirements are clearly communicated and that the agreement is performed to meet them. The principle role of the Technical Monitor (TM) is to support the COR on all work orders, tasks, deliverables and actions that require immediate attention relating to the approved scope and obligated funding of the contract action. 2. The Contracting Officer hereby designates the individual named below as both the Contracting Officer's Representative and Technical Monitor. Such designations(s) shall specify the scope and limitations of the authority so delegated. TSA CORs: NAME: TBD PHONE NUMBER: TBD EMAIL: TBD 3. The COR(s) and TM(s) may be changed at any time by the Government without prior notice to the Contractor, but notification of the change, including the name and phone number of the successor COR, will be promptly provided to the Contractor by the Contracting Officer in writing. 4. The responsibilities and limitations of the COR are as follows: • The COR is responsible for the technical aspects of the project and technical liaison with the Contractor. The COR is also responsible for the final inspection and acceptance of all reports and such other responsibilities as may be specified in the contract. • The COR may designate assistant COR(s) to act for him/her by naming such assistant in writing and transmitting a copy of such designation through the Contracting Officer to the Contractor. • The COR will maintain communications with the Contractor and the Contracting Officer. The COR must report any observed fraud, waste, or opportunities to improve performance of cost efficiency to the Contracting Officer. • The COR will immediately alert the Contracting Officer to any possible Contractor deficiencies or questionable practices so that corrections can be made before the problems become significant. • The COR is not authorized to make any commitments or otherwise obligate the Government or authorize any changes which affect the contract's price, terms or conditions. Any Contractor request for changes shall be referred to the Contracting Officer directly or through the COR. No such changes shall be made without the expressed prior authorization of the Contracting Officer. • The COR is not authorized to direct the Contractor on how to perform the work. • The COR is not authorized to issue stop-work orders. The COR may recommend the authorization by the Contracting Officer to issue a stop work order, but the Contracting Officer is the only official authorized to issue such order. • The COR is not authorized to discuss new proposed efforts or encourage the Contractor to perform additional efforts on an existing contract or order. 5. The responsibilities and limitations of the TM are as follows: • Coordinating with the COR on all work orders, task, deliverables and actions that require immediate attention relating to the approved scope and obligated funding of the contract action. • Monitoring the Contractor's performance in relation to the technical requirements of the assigned functional area of the contract to ensure that the Contractor's performance is strictly within the contract's scope and obligated funding. • Ensuring that all recommended changes in any work under the contract are coordinated and submitted in writing to the COR for consideration. • Informing the COR if the Contractor is not meeting performance, cost, schedule milestones. • Performing technical reviews of the Contractor's proposals as directed by the COR. • Performing acceptance of the Contractor's deliverables as directed by the COR. • Reporting any threats to the health and safety of persons or potential for damage to Government property or critical national infrastructure which may result from the Contractor's performance or failure to perform the contract's requirements. • The TM is not authorized to make any commitments or otherwise obligate the Government or authorize any changes which affect the contract's price, terms or conditions. Any Contractor request for changes shall be referred to the Contracting Officer directly or through the COR. No such changes shall be made without the expressed prior authorization of the Contracting Officer. 1.3 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: Invoices shall be submitted after delivery. 2.0 Special Contract Requirements: 2.1 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. 2.2 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. 2.3 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. 2.4 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. 2.5 REQUIRED CONTRACTOR PROPERTY DELIVERY REPORTING When the Contractor purchases property ultimately intended for Government use and title of ownership, or otherwise delivers equipment to the Government as required under this contract, the Contractor shall provide the completed TSA Form 251 "Vendor Shipping and Receiving Report" and the TSA Form 251-1 "Vendor Shipping and Receiving Report Extension" for each delivery of equipment under discrete Contract Line Item Numbers when applicable, to the Product Contracting Officer's Technical Representative and to the TSA Office of Property Management using this email address at TSA-Property@dhs.gov. Expendable and/or consumable items delivered by the Contractor (items consumed in use or which are an integral part of another system, office supplies, paper, printer cartridges, etc,) should not be submitted via these forms. All items having an acquisition value of $5,000 or more, all electronics or Information Technology equipment having a data storage capability ( i.e., computers, servers, routers, switches, BlackBerrys, Personal Digital Assistants), and all firearms must be submitted by the Contractor via these forms within 24 hours of the equipment being shipped to TSA or other designated site. 3.0 FAR Contract Clauses: 52.204-1 Approval to Contract (DEC 1989) This contract is subject to the written approval of the Division Director, Transportation Security Administration (TSA)/Office of Acquisition (OA)/Mission Essentials Division (MED) and shall not be binding until so approved. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2012) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (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: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). (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). (7) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jan 2012) (41 U.S.C. 2313). (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). (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). __ (ii) Alternate I (Nov 2011). (14) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). (16) 52.219-13, Notice of Set-Aside of Orders (Nov 2011)(15 U.S.C. 644(r)). (17) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (32) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). (34) 52.222-54, Employment Eligibility Verification (JAN 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). (39) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (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). (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (48) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). (51)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). (End of clause) 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 or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from TBD through TBD. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task 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) 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 $500 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 $2,000. (2) Any order for a combination of items in excess of $2,000,000; or (3) A series of orders from the same ordering office within 30 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 three (3) calendar 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) 52.216-22 Indefinite Quantity (Oct 1995) (a) This is an indefinite-quantity contract for the supplies or 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 six months after the expiration of the contract. (End of clause) 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 calendar days prior to the expiration of the contract; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 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 36 months. (End of clause) 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: www.acquisition.gov/far 52.209-4 First Article Approval - Government Testing Completed as follows: (a) The Contractor shall deliver one right handed Manual Roller Diverter Table within 14 calendar days from the date of contract award. This unit is to be delivered to the TSA Systems Integration Facility (TSIF) at the following address:: 1 West Post Office Road Attention: Anthony Tsantrizos 571-227-5556 Ronald Reagan Washington National Airport Washington, DC 20001 72 hours notice is required prior to delivery. Please call Tony Tsantrizos on 571-227-5556 to schedule delivery. A DD1149 will be required to be completed prior to delivery of the first article. (b) Within 5 calendar days after the Government receives the first article, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2012) (No addenda are attached) (End of clause) 4.0 Homeland Security Acquisition Regulation HSAR Contract Clauses: 3052.242-72 Contracting officer's technical representative (DEC 2003) (a) The Contracting Officer may designate Government personnel to act as the Contracting Officer's Technical Representative (COTR) to perform functions under the contract such as review or inspection and acceptance of supplies, services, including construction, and other functions of a technical nature. The Contracting Officer will provide a written notice of such designation to the Contractor within five working days after contract award or for construction, not less than five working days prior to giving the contractor the notice to proceed. The designation letter will set forth the authorities and limitations of the COTR under the contract. (b) The Contracting Officer cannot authorize the COTR or any other representative to sign documents, such as contracts, contract modifications, etc., that require the signature of the Contracting Officer. (End of clause) 5.0 FAR Contract Provisions: 52.233-2 Service of Protest (Sept 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Ingrid Pascall, TSA-25, 701 S. 12th Street, Arlington, VA 20598-6025 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: www.acquisition.gov/far 52.212-1 Instructions to Offerors-Commercial (FEB 2012) (No addenda are attached) 52.217-5 Evaluation of Options (JULY 1990) Offerors are required to include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items (FEB 2012), with its offer. The offeror shall complete only paragraph (b) if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If the offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. 6.0 Homeland Security Acquisition Regulation (HSAR) Provisions: 3052.247-72 F.o.b. destination only (DEC 2003) Offers are invited on the basis of f.o.b. destination only. Offers submitted on any other basis will be rejected as nonresponsive. 7.0 Instructions to offerors Pricing and Technical: Contractors shall submit pricing for the base and option periods along with product information and drawings, sufficiently detailed for the Government to determine conformance with the salient characteristics outlined herein. Pricing shall be inclusive of all packaging, shipping, and handling. The pricing and technical proposals shall be in two separate files titled "pricing proposal" and "technical proposal." The technical proposal shall not contain any information related to pricing. The technical proposal shall be limited to 10 pages, inclusive of the Manufacturing Capability Statement, single spaced, 11pt font with 1" margins. Past Performance References: The contractor shall provide a narrative description of the Offeror's overall past performance for the same or similar requirements in terms of size, scope, and complexity. In addition to the narrative, the following information shall be provided for three (3) contracts whereby the performance period was active within the last three (3) years: Reference name and type (Federal Government agency, local Government, commercial customer), contract number; contract amount; items delivered under the contract, including any description of minor modifications made to commercial items; and contact information to include phone, email, and point of contact. Offerors must either provide the above information or affirmatively state that it possesses no relevant, directly related or similar past performance. TSA will not make repeated attempts to contact non-responsive references and reserves the right to not contact all references. TSA also reserves the right to independently seek past performance information from the offeror's clients and other independent sources. Offerors shall authorize its current and former clients to cooperate with TSA in this regard, without reservation, in writing. Manufacturing Capability: The contractor must submit a Manufacturing Capability Statement, which shall be sufficiently detailed in order for the government to determine that the contractor can meet the manufacturing requirements of 100 units per week. The manufacturing capability statement shall not simply restate the requirement, but shall provide sufficient detail to allow the Government to evaluate the offeror's ability to satisfy the requirement. The Manufacturing Capability Statement shall be included as part of the Technical Proposal, and shall conform to the format requirements as described above. Test Articles: The contractor shall provide one (1) left-handed unit for testing to confirm conformance with the Government's specifications. The contractor is responsible for all packaging and shipping costs. The test article will not be returned at the Government's expense; however, the contractor may retrieve the test article at their own expense by contacting the Point of Contact (POC) listed below. Test articles shall be received at the following address: 1 West Post Office Road Attention: Tony Tsantrizos 571-227-5556 Ronald Reagan Washington National Airport Washington, DC 20001 72 hours notice is required prior to delivery. Please call Tony Tsantrizos on 571-227-5556 to schedule delivery. A completed DD1149 form will be required to be completed prior to delivery of the test article. All test article units must be received by the closing date of this announcement. Questions regarding this proposal shall be submitted via email to Stacey.Walker@dhs.gov no later than March 12, 2012 with "Question - HSTS05-12-R-CT2012" in the subject line. Proposals shall be submitted via email to Stacey.Walker@dhs.gov no later than Tuesday, March 27, 2012 at 1:00pm ET. USE OF NON-GOVERNMENT PERSONNEL DURING EVALUATIONS The Government may use Contractors in advisory roles in the evaluation of the proposals. All contractor personnel will sign non-disclosure agreements and the companies are subject to an Organizational Conflict of Interest Clause. The names and addresses of the firms are listed below: Battelle 1550 Crystal Drive, Suite 601 Arlington, VA 22202 Dynamic Security Concepts Inc. (DSCI) 2711 Jefferson Davis Highway Airport Plaza One, Suite 500 Arlington, VA 22202 Aerotek 2800 Shirlington Rd Suite 710 Arlington, VA 22206 Submission of a proposal in response to this solicitation will be deemed consent for the Government to utilize representatives of the above named companies in support of this competitive procurement. 8.0 Evaluation factors for award FAR 52.212-2 Evaluation - Commercial Items ( JAN 1999) The Government will award a contract resulting from this solicitation to the responsible offeror on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The following factors shall be used to evaluate offerors: Technical Acceptability Past Performance Manufacturing Capability Price Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. 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 options. 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 negotiations after its receipt, unless a written notice of withdrawal is received before award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS05-12-R-CT2012/listing.html)
 
Place of Performance
Address: CONUS and OCONUS Delivery Destination, United States
 
Record
SN02689461-W 20120308/120307115458-9d17cd445ef60978f618ec02b06c1aa3 (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.