Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2012 FBO #3940
MODIFICATION

29 -- Fuel Polishing / Purification System for TSA

Notice Date
9/5/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
601 S. 12th Street, Arlington, VA 22202
 
ZIP Code
22202
 
Solicitation Number
HSTS01-12-Q-BMS059
 
Response Due
9/11/2012
 
Archive Date
3/10/2013
 
Point of Contact
Name: Michael Capovilla, Title: Contract Specialist, Phone: 5712275833, Fax:
 
E-Mail Address
michael.capovilla@tsa.dhs.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is HSTS01-12-Q-BMS059 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 336312 with a small business size standard of 750.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-09-11 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The DHS Transportation Security Administration requires the following items, Meet or Exceed, to the following: LI 001, Fuel Polishing System, 1, EA; LI 002, Installation, Removal of Old Unit, & Training, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Transportation Security Administration intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Transportation Security Administration is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This procurement is a total small business set-aside, the following shall apply: For small business set-asides other than for construction or services, any concern proposing to furnish a product that it did not itself manufacture must furnish the product of a small business manufacturer unless the SBA has granted either a waiver or exception to the nonmanufacturer rule. In industries where the SBA finds that there are no small business manufacturers, it may issue a waiver to the nonmanufacturer rule. In addition, SBA has excepted procurements processed under simplified acquisition procedures, where the anticipated cost of the procurement will not exceed $25,000, from the nonmanufacturer rule. Waivers permit small businesses to provide any firm's product. Please see FAR 19.502-2 for more information and exceptions. For this procurement, the associated North American Industrial Classification System (NAICS) code is 336312 with a small business size standard of 750 employees." **UPDATED** Questions in regards to this RFQ are due no later than 9:30 AM Eastern Standard Time (EST), on September 6, 2012. Please submit all questions by using the 'Submit a Question' button or submit them to michael.capovilla@tsa.dhs.gov. This buy will then be reposted in a formal solicitation amendment with Q&A based on the questions that come in (if applicable). Questions received after the deadline will not be considered. Award Criteria: An award will be made to a responsive quoter (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). A quote is technically acceptable if its technical capabilities conform to the Government's Statement of Work or listed specs whichever is applicable to the buy. Quoters MUST be registered in the System for Award Management(SAM) database before an award can be made to them. If the quoter is not registered in the SAM, it may do so through the SAM website at https://www.sam.gov/. Each Quoter shall include in its online Bid individual pricing for ALL line items in order to be considered for award (i.e., Do not use the "Included in another line item" function when pricing each line item). Failure to comply with this term may result in the Bid being determined to be non-responsive. In addition to providing pricing at www.FedBid.com for this RFQ, each Quoter must provide the following: (1) A technical proposal that details the item specifications and the quoter's technical capability in performing the work indentified in the SOW and (2) A Signed Non-Disclosure Agreement. All attachments must be uploaded to the Quoter's bid submission in order to be considered for evaluation. An Optional Site Visit will be held for all prospective Quoters on Tuesday, September 4, 2012 at 2:00 PM. The location of the site vist is as follows: Transportation Security Administration / Freedom Center / 13555 EDS Dr. Herndon, VA 20171. In order to attend the site visit, quoters must send the names of their attendees and company name to michael.capovilla@tsa.dhs.gov by 2:30 PM on Friday, August 31, 2012. The POC for the site visit is Mr. Travis Sydow (703) 563-3162. Attendance at the site visit is optional, but highly encouraged. The selected Quoter must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.209-6, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil/VFHSARA.HTM. The following clauses and provisions are incorporated by reference: FAR: 52.222-20,52.222-50,52.224-2. HSAR: 3052.204-71, 3052.209-70, 3052.242-71, 3052.247-71. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil/VFHSARA.HTM. FAR 52.217-8 OPTION TO EXTEND SERVICES (NOV 1998): The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. The Government will evaluate all options to include the ?Option to Extend Services? clause. For said clause, the Government will evaluate the final option period prices for a 6-month time frame and add said value to the overall proposal price The Contractor shall submit required deliverables to the COR or Technical Monitor for inspection, acceptance, and receipt. If the COR or Technical Monitor inspection is satisfied with the deliverable, they will sign an inspection, acceptance and receiving report.DHS Form 700-21, Material Inspection and Receiving Report, may be used for this purpose. G.4202.242.002 (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 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. 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 Representative. The Contractor shall submit one (1) invoice for the total cost of the work performed after the COR or facility manager has conducted the final inspection and documented the Government's acceptance. The Contractor shall correct all items on the punchlist before submitting an invoice. G. 5200.243.001. 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: Guy Galloway, (571) 227-3727, guy.galloway@tsa.dhs.gov. H.5200.224.001. 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. H.5200.205.001. 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. H.5200.205.002. 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. H.5200.245.001. If, due to the fault or neglect of the Contractor, his agents, or employees, damages are caused to any Government property, equipment, stock or supplies, during the performance of this contract, the Contractor shall be responsible for such loss or damage and the Government, at its option, may either require the Contractor to replace all property or to reimburse the Government for the full value of the lost or damaged property. The Contractor is responsible for maintaining all assigned space(s) in a clean and orderly fashion during the course of this contract. All telephones are for conducting official Government business only. H.5200.209.001. The Contractor shall provide all management, administrative, clerical, and supervisory functions required for the effective and efficient performance of this contract. The Government shall not be liable for any injury to the Contractor?s personnel or damage to the Contractor?s property unless such injury or damage is due to negligence on the part of the Government and is recoverable under the Federal Torts Claims Act, or pursuant to another Federal statutory authority. A smooth and orderly transition between the Contractor and a predecessor or successor Contractor is necessary to ensure minimum disruption to vital Government business. The Contractor shall cooperate fully in the transition.The Contractor shall adhere to the same professional and ethical standards of conduct required of Government personnel. The Contractor shall not: (1) Discuss with unauthorized persons any information obtained in the performance of work under this contract (2) Conduct business not directly related to this contract on Government premises (3) Use computer systems and/or other Government facilities for company or personal business other than work related (4)Recruit on Government premises or otherwise act to disrupt official Government business.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS01-12-Q-BMS059/listing.html)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02869513-W 20120907/120906002556-1d34d1a87838341c594c9da6d8ce233a (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.