Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2010 FBO #2994
SOLICITATION NOTICE

78 -- Camp/Sleeping Bag Pads - RFQ Document

Notice Date
2/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
451110 — Sporting Goods Stores
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Center for Innovative Acquisition Development (QSAB), 2200 Crystal Drive Rm 706, Arlington, Virginia, 22202, United States
 
ZIP Code
22202
 
Solicitation Number
LRC-NON-1243A-R_pads
 
Point of Contact
Julio A. Almazan, Phone: 7036052818, Katherine Rollins, Phone: 7036052109
 
E-Mail Address
julio.almazan@gsa.gov, katherine.rollins@gsa.gov
(julio.almazan@gsa.gov, katherine.rollins@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Document in MS Word Request for Quotation For Camp/Sleeping Bag Pads I. Contracting Office Address General Services Administration (GSA), Federal Acquisition Service, Center for Innovative Acquisition Development, Emergency Acquisition Branch, 2200 Crystal Drive, Suite 706, Arlington, Virginia, 22202, UNITED STATES II. Purpose The purpose of this acquisition is to procure 2,088 camp/sleeping bag pads for the Department of Homeland Security, Federal Emergency Management Agency's (FEMA) Aiea, Hawaii Distribution Center (DC). The objective of this Request for Quotation (RFQ) is for the replenishment of the DC. III. Background The GSA's Center for Innovative Acquisition Development has a need to award a Purchase Order (PO) for 2,088 camp/sleeping bag pads in response to FEMA eTasker number LRC-NON-1243A-R. The delivery scope of the order will be FOB Destination for the FEMA Hawaii DC at 99-1269 Iwaena Street, Aiea, Hawaii 96701. IV. Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued using Simplified Acquisition Procedures under the authority of FAR Subpart 13.5-Test Program for Certain Commercial Items. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-37. The associated North American Industrial Classification System (NAICS) code for this procurement is 451110 with a small business size standard of $7.0 million. All interested vendors shall provide a proposal for the following: CLIN - 0001 Two thousand and eighty eight (2,088) camp/sleeping bag pads. The camp/sleeping bag pads shall meet or exceed the following salient characteristics: •· 72 inches X 24 inches X 5/8 inch (thickness) The camp/sleeping bag pad unit package shall be clearly marked and palletized for shipment. Delivery Location FEMA Hawaii DC at 99-1269 Iwaena Street, Aiea, Hawaii 96701 Delivery Schedule Units shall be delivered to the FEMA Hawaii DC no later than 30 after issuance of order or best alternative. Period of Performance All camp/sleeping bag pads procured as a result of this RFQ must be delivered to the Hawaii FEMA DC no later than 30 days after issuance of order or best alternative. Pricing Vendors are asked to provide unit price, extended price with applicable delivery costs to the FEMA Hawaii DC. GSA intends to make award without further discussions, so GSA encourages each vendor to submit its most favorable pricing in the initial quote. The vendor shall propose all items in the format provided in the sample pricing table immediately below. Pricing for Dome Tents to FEMA Hawaii DC Item Unit Unit Price Unit Transportation Charge Extended Unit Price Total Price for 2,208 units camp/sleeping bag pads EACH............ Delivery terms shall be FOB Destination. FOB Destination means: The vendor shall pack and mark the shipment in conformance with RFQ requirements and deliver the shipment in good order and condition to the point of delivery specified in the purchase order. The vendor shall also be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order and pay all charges to the specified point of delivery. V. Evaluation GSA will evaluate each quote using the following non-price factors: - Technical Conformance - Delivery Time - Past Performance - Capacity GSA intends to evaluate Delivery Time, Past Performance, and Capacity in response to this RFQ using a color coding system. The color key is as follows: Color Rating Definition: Blue - Exceptional: Exceeds the Government's minimum evaluation standards; has high probability of satisfying the requirement; and has no significant weaknesses. Green - Acceptable: Meets all of the Government's minimum evaluation standards; has a good probability of satisfying the requirement; and any weaknesses can be readily corrected. Red - Unacceptable: Fails to meet all minimum evaluation standards; require major revisions to the quote to make it acceptable. GSA will evaluate quotes and make a best value determination based on the evaluation of price and non-price factors. Price will be considered and evaluated in determining the overall best value to the Government. The non-price factors are more important than price. As the non-price factors of the quotes become more equal, price becomes the determining factor. Technical Conformance: GSA must be assured that the camp/sleeping bag pads offered in the quote meet all requirements in the RFQ. Therefore, technical conformance will be evaluated on a Pass/Fail basis. Quotes that meet the technical conformance requirement will then be evaluated for delivery time, past performance, capacity, and price. Delivery Time: All camp/sleeping bag pads units shall be delivered to the FEMA Hawaii DC no later than 30 after issuance of order or best alternative. To ensure delivery schedules are maintained, delivery tracking capability will be required by the Government. Past Performance: The vendor's past performance information will be verified by contacting provided references, as deemed necessary by the Government and evaluated based on the relevance of the information submitted. Vendors must verify contact information prior to quote submission. The quote shall include a list of two projects, completed within the past three years with either the Federal Government or commercial customers that demonstrate work similar to the type of work described in the RFQ. In rating this factor, GSA will consider the relevance in size and scope of each project listed. For each project listed, provide the following: - Short description of the work performed - Client name and point of contact familiar with vendor's performance (include name, telephone number, address, and email address) - Period of performance - Annual and total dollar amount of purchases Capacity: The vendor shall describe its capacity to provide 2,208 units of technically acceptable camp/sleeping bag pads by no later than 30 after issuance of order or best alternative. Price: Total price includes any applicable delivery costs to the FEMA Hawaii DC. VI. Selection and Award Technical Conformance will be based on a pass/fail evaluation. Quotes that are found to technically conform will be evaluated for delivery time, past performance, capacity, and price. The vendor's ability to meet the delivery schedule is the most significant factor. Past Performance and Capacity are of equal importance to one another and, when combined, are of equal importance to the proposed delivery schedule. When combined, the non-price factors are more important than price. However, the offered price will be considered in the overall best value determination. The vendor whose quote conforms to the requirements outlined in this RFQ and are most advantageous to the Government based on the best value determination will be awarded. VII. Clauses and Provisions The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items (June 2008); 52.212-3 Offerors Representations and Certifications- Commercial Items (Aug 2009) NOTE: Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR clause 52.212-3 Offerors Representations and Certifications- Commercial Items (Aug 2009). If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration (Apr 2008); 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Sep 2009) including subparagraphs: a. (8)(i) 52.219-6 Notice of Small Business Set-Aside (June 2003); b. (19) 52.222-3 Convict Labor (June 2003) (E.O. 11755); c. (20) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126); d. (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); e. (22) 52.222-26, Equal Opportunity Equal Opportunity (Mar 2007) (E.O. 11246); f. (24) 52.222-36, Affirmative Action for Workers with Disabilities Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); g. (31) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d); h. (33) 52.225-5, Trade Agreements (Aug 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note); i. (34) 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), and j. (39) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332) 52.246-2 Inspection of Supplies - Fixed-Price (Aug 1996) 552.232-70 Invoice Requirements (Sep 1999) 552.232-78 Payment Information (Jul 2000) 52.233-3 Protest after Award (Aug 1996) 52.249-2 Termination for Convenience of the Government (Fixed-Price) (May 2004) 52.249-8 Default (Fixed-Price Supply and Service) (Apr 1984) VIII. Purchase Order Administration The vendor shall send a copy of the invoice to the GSA Contracting Officer no later than the time it is sent to GSA Accounts Payable for payment. Failure to comply with this requirement may result in delayed payment. In addition, any invoice shall include the GSA order number as shown in block 3 of the GSA order form # 3186. The vendor shall follow instructions for invoicing as shown in blocks 12 and 19 of the GSA order form # 3186. IX. Instructions A completed quote shall contain offered pricing and a technical statement. Offered pricing must include the unit price inclusive of volume discounts, transportation charges and the total price proposed. The technical statement (limit 2 pages) shall identify the offered products, state whether or not the offered products are Trade Agreement Act compliant, state the vendor's Data Universal Numbering System (DUNS) number, and provide GSA with a reasonable assurance that all technical specifications will be met. It shall also include the proposed delivery schedule, delivery tracking, and address the vendor's ability to deliver 2,208 camp/sleeping bag pads units to the FEMA Hawaii DC no later than 30 after issuance of order or best alternative. All quotes shall be sent to Julio.Almazan@gsa.gov. Submissions shall be received no later than 3:00 p.m. EST on Friday, February 12, 2010 at Julio.Almazan@gsa.gov. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Mr. Julio Almazan. The Government intends to award a Firm Fixed Price PO as a result of this Combined Synopsis/Solicitation. Point of Contact Primary: Julio A. Almazan Contracting Officer Federal Acquisition Service Phone: (703) 605-2818 Fax: (703) 605-4893 Email: Julio.Almazan@gsa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4404b3623d54bdff9de1d30151fd91ac)
 
Place of Performance
Address: FEMA Hawaii DC, 99-1269 Iwaena Street, Aiea, Hawaii, 96701, United States
Zip Code: 96701
 
Record
SN02055914-W 20100204/100202235643-4404b3623d54bdff9de1d30151fd91ac (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.