Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2011 FBO #3546
SOLICITATION NOTICE

26 -- Light Truck Tire Buy-Multiple Award IDIQ - Light Truck Tire Buy

Notice Date
8/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326211 — Tire Manufacturing (except Retreading)
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
 
ZIP Code
20229
 
Solicitation Number
20061632
 
Archive Date
9/3/2011
 
Point of Contact
Tammie Crow, Phone: 520-407-2806, Hyun J. Koo, Phone: 202-344-3769
 
E-Mail Address
tammie.crow@dhs.gov, hyun.koo@dhs.gov
(tammie.crow@dhs.gov, hyun.koo@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Tire Questionnaire Statement of Work Pricing Template 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is 20061632 and is issued as request for proposal (RFP), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 326211 with a small business size standard of 1000 employees. This requirement is a Small Business set-aside and only qualified offerors may submit proposals. A non-manufacturer waiver has been applied for with the Small Business Administration (SBA). All small businesses can apply even if they are not a manufacturer. Any subsequent awards may be contingent upon receipt of the individual waiver from the SBA. The Customs and Border Protection, Office of Border Patrol, Tucson Sector Fleet Operations Branch (TSFOB) has identified a need for automotive light truck tires purchased in bulk from approved vendors for all stations and units located in the Tucson Sector. Customs and Border Protection will award the optimum number of awards to meet its anticipated needs consistent with the TSFOB objectives. Government anticipates awarding up to four (4) Indefinite Delivery Indefinite Quantity (IDIQ) contracts. Awards will be made to the offeror(s) that provides the Lowest Priced Technically Acceptable proposal to TSFOB. The awards will be determined during the process of evaluation based on an integrated assessment of TSFOB needs, offeror responsibility, price and technical acceptability. It is the intent of TSFOB to procure the light truck tires detailed in Section 4.1 of the attached Statement of Work (SOW) in order to accommodate Tucson Sector fleet repairs. The light truck tires will be drop shipped or delivered direct to the stations (addresses listed in Section 4.2) and the waste light truck tires picked up from the stations. Additionally, all light truck tires listed in Section 4.1 MUST have side walls reinforced with three-ply polyester to help protect the tire from puncture and bruises causing the tire to blow-out. Light truck tires requested are brand name or equal to BF Goodrich. Quantities of light truck tires and delivery locations will vary monthly and will be specified at the delivery order level. It is anticipated that not all offerors responding to this bid request will be awarded a contract. Once price and technical factors have been evaluated and an integrated assessment made, the contracting officer will then determine how many awards are needed to satisfy TSFOB requirements by awarding up to four (4) IDIQ contracts. The proposals received under RFP will be evaluated in accordance with the instructions included herein. As stated in the solicitation, multiple awards with up to four (4) vendors shall be made to the offerors whose proposals are determined to best meet the needs of the Government after consideration of all factors, that is, the proposals that provides the best value to the Government. The Government reserves the right to award without Discussions. The Customs and Border Protection requires light truck tires in the chart below. Light truck tires MUST have three-ply polyester reinforced side walls, include the manufacturer's warranty and must be Brand Name or Equal to BF Goodrich. All light truck tires must be new. No remanufactured, refurbished, retread or 'gray market' light truck tires will be accepted. Item Tire Size Minimum Load Index Speed Rating Load Rating Description 1 LT265/75R16 123 Q E Light duty truck tire with mud terrain 2 LT285/75R16 126 Q E Light duty truck tire with mud terrain 3 LT265/70R17 121 Q or R E Light duty truck tire with mud terrain 4 LT285/70R17 121 Q or R D Light duty truck tire with mud terrain 5 LT245/75R16 120 Q E Light duty truck tire with mud terrain 6 LT315/70R17 121 S D Light duty truck tire with mud terrain 7 LT265/75R16 123 Q E Light duty truck tire with all terrain tread 8 LT285/75R16 126 Q E Light duty truck tire with all terrain tread 9 LT265/70R17 121 Q or R E Light duty truck tire with all terrain tread 10 LT285/70R17 121 Q or R D Light duty truck tire with all terrain tread 11 LT245/75R16 120 Q E Light duty truck tire with all terrain tread 12 LT315/70R17 121 S D Light duty truck tire with all terrain tread Shipping must be free on board (FOB) destination to multiple CONUS (Continental U.S.) locations which means that the offeror must deliver the goods to the destination specified by the buyer in the attached SOW and the offeror is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. ORCA Requirement - Company must be registered on Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to the ORCA web site at https://orca.bpn.gov/ The selected offeror 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): 52.203-6, 52.203-13, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.222-54, 52.223-18, 52.225-1, 52.225-13, 52.232-29, 52.232-30, 52.232-33, 52.232-36, 52.333-3, 52.233-4. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far. 52.211-6 -- Brand Name or Equal (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. 52.216-1 -- Type of Contract. The Government contemplates award of a fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract resulting from this solicitation. 52.216-18 - Ordering. (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 award date for a total of three years after award. (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. 52.216-19 -- Order Limitations. (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 20, 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 2000 ; (2) Any order for a combination of items in excess of 5000 ; or (3) A series of orders from the same ordering office within 7 days that together call for quantities exceeding the limitation in subparagraph (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 3 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. 52.216-22 -- Indefinite Quantity. (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 three years after contract award. 52.216-27 -- Single or Multiple Awards. The Government may elect to award a single delivery order contract or task order contract or to award multiple delivery order contracts or task order contracts for the same or similar supplies or services to two or more sources under this solicitation. 52.217-5 -- Evaluation of Options. Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.217-9 -- Option to Extend the Term of the Contract. a) The Government may extend the term of this contract by written notice to the Contractor within 60 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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 3 years. 52.242-15 -- Stop-Work Order. (a) The Contracting Officer may, at any time, by written order to the Contractor, require the Contractor to stop all, or any part, of the work called for by this contract for a period of 90 days after the order is delivered to the Contractor, and for any further period to which the parties may agree. The order shall be specifically identified as a stop-work order issued under this clause. Upon receipt of the order, the Contractor shall immediately comply with its terms and take all reasonable steps to minimize the incurrence of costs allocable to the work covered by the order during the period of work stoppage. Within a period of 90 days after a stop-work is delivered to the Contractor, or within any extension of that period to which the parties shall have agreed, the Contracting Officer shall either -- (1) Cancel the stop-work order; or (2) Terminate the work covered by the order as provided in the Default, or the Termination for Convenience of the Government, clause of this contract. (b) If a stop-work order issued under this clause is canceled or the period of the order or any extension thereof expires, the Contractor shall resume work. The Contracting Officer shall make an equitable adjustment in the delivery schedule or contract price, or both, and the contract shall be modified, in writing, accordingly, if -- (1) The stop-work order results in an increase in the time required for, or in the Contractor's cost properly allocable to, the performance of any part of this contract; and (2) The Contractor asserts its right to the adjustment within 30 days after the end of the period of work stoppage; provided, that, if the Contracting Officer decides the facts justify the action, the Contracting Officer may receive and act upon the claim submitted at any time before final payment under this contract. (c) If a stop-work order is not canceled and the work covered by the order is terminated for the convenience of the Government, the Contracting Officer shall allow reasonable costs resulting from the stop-work order in arriving at the termination settlement. (d) If a stop-work order is not canceled and the work covered by the order is terminated for default, the Contracting Officer shall allow, by equitable adjustment or otherwise, reasonable costs resulting from the stop-work order. 52.247-15 -- Contractor Responsibility for Loading and Unloading. (a) (1) Unless otherwise specified in this contract to cover store-door or inside delivery, the Contractor shall load and unload shipments at no additional expense to the Government. (2) The Government or its agent will place or receive freight at the tailgate of the Contractor's vehicle. Tailgate delivery, for purposes of this contract, is defined as that which enables a forklift truck or similar equipment, with operator only, to place or remove cargo from the tailgate of the Contractor's vehicle. (b) If loading is the responsibility of the Contractor, the Contractor shall perform all shoring, blocking, and bracing. The Contractor shall provide dunnage at the Contractor's expense. Homeland Security Acquisition Regulation (HSAR) 3052.242-72 Contracting Officer's Technical Representative (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. Contract Quantity Limits. Minimum: 20 Maximum: 50,000 Each contractor shall receive a delivery order for at least twenty (20) light truck tires under this contract. In addition, the contractor must furnish any additional quantities, not to exceed the above stated maximum. In accordance with FAR 16.505(b)(1), the Contracting Officer will ensure that all awardees receive a fair opportunity to compete for future delivery orders. When there is a requirement for a delivery order to be fulfilled, the Government will issue a Request for Quotation (RFQ) through a reverse auctioning system. Number of tires, tire sizes, locations and required delivery dates will be annotated at this time. The RFQ will be submitted to only those vendors awarded on the Indefinite Delivery Indefinite Quantity (IDIQ) contract. A quick response time will be designated in the RFQ. Once the RFQ deadline has passed, the Government will review all timely and complete responses and award the delivery order to the vendor that represents the best value to the Government. Evaluation Criteria. Up to four (4) awards will be made to responsive offerors, whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). Technical acceptability will be determined by assessing whether the offeror can conform to the Government's Statement of Work (SOW). The offeror shall demonstrate their technical capabilities by addressing the delivery, warranty, waste disposal of light truck tires and quantity requirements set forth in the SOW. Technical: To determine technical acceptability, offerors shall list the brand and model of tire being offered. Section A of the attached Tire Questionnaire document will be completed by each offeror. Past performance: Relevant past performance references under Section B of attached Tire Questionnaire document shall be completed by each offeror. Past performance references will be asked to verify questions submitted by offeror in Section A of the Tire Questionnaire document. Price will be evaluated for reasonableness. Lowest price shall be determined by multiplying the estimated quantity presented in the attached Pricing Template worksheet times the unit price proposed by the offerors. For analysis purposes, unit price for mud-terrain light truck tires will be listed by the offeror on the Pricing Template worksheet. For award purposes, the Government will evaluate offers by adding the total price of all options to the total price for the basic requirement. The base year price per tire submitted on the Pricing Template during initial competition will be the prices applied to the first order. The first order will be awarded to satisfy the minimum order quantity of twenty (20) tires. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. The Government reserves the right to award without Discussions. Proposal Instructions. Offerors must complete the Tire Questionnaire.doc and Pricing Template.xls attachments to be considered for award. The Tire Questionnaire requires the offeror to document ability to meet requirements in the SOW, provide past performance references and document brand and model of tire being offered. The Pricing Template requires the offeror to provide a price per tire independent of order quantities as well as provide extended prices using estimated order quantities for analysis purposes. Request offeror provide price per tire to include applicable delivery charges and taxes. Waste disposal fee requested per tire. Proposal Submissions. The proposals in response to this solicitation must be submitted no later than 2011-08-19 6:00pm Eastern Time. Any proposals received after 2011-08-19 6:00pm Eastern Time will not be considered. All proposals shall be sent electronically to Tammie Crow at tammie.crow@dhs.gov AND Hyun 'Julie' Koo at hyun.koo@dhs.gov. All attachments shall be in Microsoft Word, Microsoft Excel or PDF format. The email subject line shall include the RFP number. Question Submissions. All questions shall be submitted electronically (via email) to Tammie Crow at tammie.crow@dhs.gov AND Hyun 'Julie' Koo at hyun.koo@dhs.gov. All questions in response to this solicitation must be submitted no later than 2011-08-11 6:00pm Eastern Time. This will enable CBP to post the questions and answers in a timely manner to FEDBIZOPPS and allow for offerors to complete their proposals. Questions not received by 2011-08-11 6:00pm Eastern Time will not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/20061632/listing.html)
 
Place of Performance
Address: See attached Statement of Work for various delivery locations., Arizona, United States
 
Record
SN02525066-W 20110810/110808234838-839d02db3d23edb5abfcd41610ce1eb7 (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.