Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2003 FBO #0438
SOLICITATION NOTICE

99 -- Catalog House/Personal Safety Supplies

Notice Date
2/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Treasury, United States Customs Service (USCS), Field Procurement Services Branch, 6026 Lakeside Blvd., Indianapolis, IN, 46278
 
ZIP Code
46278
 
Solicitation Number
CS-I-03-005
 
Response Due
2/20/2003
 
Archive Date
3/7/2003
 
Point of Contact
Patricia Startzman, Contract Specialist, Phone 317-298-1180 x1120, Fax 317-298-1344, - Patricia Startzman, Contract Specialist, Phone 317-298-1180 x1120, Fax 317-298-1344,
 
E-Mail Address
patricia.a.startzman@customs.treas.gov, patricia.a.startzman@customs.treas.gov
 
Description
This is a combined synopsis/solicitation for commercial supplies/equipmenet prepared in accordance with the format in Federal Acquistion Regualtion (FAR) Subpart 12.6 and FAR subpart 13.5, as supplemented with additional informaiton included in this notice. This announcement constitues the only solicitaiton that will be released. Proposals are requested. No other solicitation will be issued. This solicitation is issued as a request for proposals (RFP) and incorporates provisions and clauses that are in effect through Federal Acquistion Circular 2003-20. The North American Industrial Code (NAIC) is 454113. The small business size standard is $21 million in average annual receipts for the last three years. This requirement will result in an Indefinite Delivery, Indefinite Quantity firm Fixed price contract. The following FAR clauses and provisions apply to this acquisition: 52.216-22, Indefinite Quantity, The contract shall include one base year, with four option years. The Not-to-Exceed amount will be $1,500,000.00 each for the base year, and each of the four option years. The contract total NTE will be $7,500,000.00. The minimum to be procured for the duration of the contract period will be $300,000.00. 52.216-19 Order Limitations: The minimum order to be placed will be $50.00; the maiximum order to be place will be $75,000.00; 52-212-1, Instructions to Offerors- Commercial Items; 52.212-2, Evaluation/Commercial Itesm. The Government will award a contract resulting from this solicitaiton to the responsible offeror whose offer conforms to the solicitation, meets the technical requirements, delivery requirements, and provides the overal most advantageous proposal to the Government, price, and other factors considered. Technical capability and past performance are approximately equal; price is approximately equal to technical capability and past performance; subcontracting is less important than technical capability and past performance or price; 52.212-3, Offeror Representations and Certifications - Commercial Items. Offerors are requested to provide a completed copy of this provision with their offer. This provision may be obtained by accessing http://www.treas.gov/usss/proc/(go to the web page, click on Procurement Opportunities, then scroll down to 52.212-5); FAR 52.212-4, Contract Terms and Conditions/Commercial items applies to the resultant contract as well as FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executives - Commercial Items with the following additional FAR clauses in paragraph (b); 52.203-6, Restrictions on Subcontractor Sales to the Government with Altrenate 1; 52.203.10, Price or Fee Adjustment for illegal or Improper Activity; 62.219-8, Utilization of Small Business Concersn adn Small Disadvantaged Business, Large businesses are to submit a Subcontracting Plan with offer; 52.222-26, Equal Opportuity, 52-222-35; Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; and 52.225-3, Buy America Act/Supplies. TECHNICAL/DELIVERY REQUIREMENTS: USCS has a requirement for a streamlined administration plan that includes ordering personal safety supplies/industrial supplies from a catalog supply source. The industrial supplies sought will be used to promote personal safety. The offeror must be able to ship supplies/equipment to all 50 states, US territories, and Canada FOB destination. Electronic catalog and on-line ordering procedures are required as well as a process for internal supplier financial controls for ordering and invoicing. An administrative time saving process is required. The process must be able to accommodate 5-20 on-line users under one account. Some supplies required previously have been the following: Protective clothing, eyewear, face shields, hards, air monitors, gloves, hearing protection, signs, tape(s), spill clean-up supplies, lock-out/tag-out equipment, fire protection, respiratory protection, fans, safety lights, material handling equipment, etc. This is not to be considered an all inclusive list as supplies will vary to mirror the safety situation at hand. The offeror's catalog is to be utilizied as CLINs for the proposed contract. The offeror is to include both a manual and on-line catalog in the proposal as well as the price discount schedule proposed for the base yeare and for each of the four option yeares. FOB destination must be included in the pricing schedule. The proposal is to include instructions for on-line ordering procedures and a description of proposed internal financial to generate financial reports to USCS as well as why the offeror believes that their company can provide administrative time-saving features. Offeror shall also provide the "Offer Representatives and Certification. Offer is to list three references with complete company name, contact, address, and telephone to indicate past performance with other similar contracts. If no references are included in proposal, vendor can be assigned a neutral score for the past performance evaluation factor. If desired, recommend or provide suggestion on how the process can be enhanced. Proposals are due at Field Procurement Service on February 20, 2003, by 12:00 PM CST.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/TREAS/USCS/FPSB/CS-I-03-005/listing.html)
 
Place of Performance
Address: USCS Indianapolis, IN
Zip Code: 46278
Country: US
 
Record
SN00257711-F 20030213/030211221019 (fbodaily.com)
 
Source
FedBizOpps.gov 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.