SOLICITATION NOTICE
85 -- CRITICAL HYGIENE ITEMS FOR ICE DETAINEES
- Notice Date
- 6/6/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 24000 Avila Road, Suite 3104, Laguna Niguel, CA 92677
- ZIP Code
- 92677
- Solicitation Number
- 192112FSDECCA0025-1B
- Response Due
- 6/13/2012
- Archive Date
- 12/10/2012
- Point of Contact
- Name: Monica King, Title: Contract Specialist, Phone: 9493602260, Fax: 9493603104
- E-Mail Address
-
Monica.t.king@ice.dhs.gov;
- Small Business Set-Aside
- N/A
- Description
- 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 192112FSDECCA0025-1B 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 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 325620 with a small business size standard of 500.00 employees.This requirement is unrestricted 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 2012-06-13 14:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be El Centro, CA 92243 The DHS Immigration and Customs Enforcement requires the following items, Brand Name or Equal, to the following: LI 001, TOOTHPASTE Crest (Brand Name or Equal),.85 oz. tube, Cavity Protection Toothpaste, Cool Mint taste. Deliver One (1) Bundle (BD) Every Other Month Starting July 2012. 240 tubes per case. 38 Case per BD. (9,120 tubes per BD). Six (6) BD per year., 6, BD; LI 002, LOTION Lubriderm (Brand Name or Equal), 1 oz bottle, 100% fragrance-free, water-based lotion. Non-greasy lotion absorbs quickly, soothes, and protects. Deliver One Bundle (BD) Every Other Month Starting July 2012. 72 bottles per case. 84 Cases per BD. (6,048 bottles per BD.) Six (6) BD per year., 6, BD; LI 003, DEODORANT/ANTIPERSPIRANT. Mennen Speed Stick (Brand Name or Equal).5 oz, Provides wetness and odor protection that lasts all day. Dries Quickly. Deliver One Bundle (BD) Every Other Month Starting July 2012 24 sticks per case, 251 cases per BD. 6024 sticks per BD. Six (6) BD Per Year., 6, BD; LI 004, Security Toothbrush, 30 tuft, 4? handle, High Visibility Orange Color if possible. Deliver One Bundle (BD) Every Other Month Starting July 2012 144 per Case. 60 Cases per BD. 8,640 brushes per BD Six (6) BD Per Year., 6, BD; LI 005, Stretch Nitrile Exam Gloves, Non-Latex, Powder Free, Finger Texture, 4.3 ML, Size Xtra LARGE Deliver One Bundle (BD) Every Other Month Starting July 2012 1000 gloves per case. 15 Cases per BD. 15,000 gloves per BD Six (6) BD Per Year., 6, BD; LI 006, Stretch Nitrile Exam Gloves, Non-Latex, Powder Free, Finger Texture, 4.3 ML, Size LARGE Deliver One Bundle (BD) Every Other Month Starting July 2012 1000 gloves per case. 15 Cases per BD. 15,000 gloves per BD Six (6) BD Per Year., 6, BD; LI 007, OPTION YEAR 1 TOOTHPASTE Crest (Brand Name or Equal),.85 oz. tube, Cavity Protection Toothpaste, Cool Mint taste., 6, BD; LI 008, OPTION YEAR 1 LOTION Lubriderm (Brand Name or Equal), 1 oz bottle, 100% fragrance-free, water-based lotion. Non-greasy lotion absorbs quickly, soothes, and protects., 6, BD; LI 009, OPTION YEAR 1 DEODORANT/ANTIPERSPIRANT. Mennen Speed Stick (Brand Name or Equal).5 oz, Provides wetness and odor protection that lasts all day. Dries Quickly., 6, BD; LI 010, OPTION YEAR 1 Security Toothbrush, 30 tuft, 4? handle, High Visibility Orange Color if possible., 6, BD; LI 011, OPTION YEAR 1 Stretch Nitrile Exam Gloves, Non-Latex, Powder Free, Finger Texture, 4.3 ML, Size Xtra LARGE, 6, BD; LI 012, OPTION YEAR 1 Stretch Nitrile Exam Gloves, Non-Latex, Powder Free, Finger Texture, 4.3 ML, Size LARGE, 6, BD; 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 Immigration and Customs Enforcement 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 Immigration and Customs Enforcement 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. IMPORTANT!! TO HAVE A BID CONSIDERED FOR AWARD FOR LOWEST PRICED TECHNICALLY ACCEPTABLE, VENDORS MUST PROVIDE MANUFACTURER, PART # AND SPECS / INGREDIENTS OF THE EXACT MODEL BEING PROPOSED FOR FIRST 6 LINE ITEMS. NO EXCEPTIONS. FAILURE TO PROVIDE THIS INFORMATION WILL RESULT IN A 'NON RESPONSIVE' BID AND REMOVAL FROM AWARD CONSIDERATION. This award will be for a base year plus one (1) one-year option period. One contract will be issued to one vendor. CRITICAL ITEMS!!! IF YOU CAN NOT DELIVER ALL SIX CLINS AS NOTED EVERY OTHER MONTH STARTING JULY 2012, PLEASE DO NOT BID. An award will be made to a responsive offeror (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). An offer is technically acceptable if its technical capabilities conform to the Government's listed specs. All accepted submissions will be rated as PASS/FAIL for being meeting criteria listed in Line Items. Delivery must be made within 30 days or less after receipt of order (ARO) unless otherwise noted in the buy. The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. No partial shipments are permitted unless specifically authorized at the time of award. 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): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller 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 Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required 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). If a line item cannot be separately priced, you must notify the buyer through the FedBid ?Submit a Question? feature regarding which line item(s) should be included in which other line item(s) and request reposting. 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 solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. For all buys other than Exact Match Sellers MUST document what they are bidding for evaluation for award. Sellers must include, extended specs and/or manufacturer name and part numbers (if applicable) by the end date and time of this solicitation. Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. FAR 52.211-6 NO PARTIAL SHIPMENTS ARE PERMITTED unless specifically authorized at the time of award. All items must arrive on the same day. 52.209-4 First Article Approval -- Government Testing (Sep 1989) (a) The Contractor shall deliver 1 LIQUID SOAP DISPENSER AND 1 LIQUID SOAP CONTAINER within 7 calendar days from the date of this contract to the Government at IMMIGRATION AND CUSTOMS ENFORCEMENT (ice), Office of Enforcement and Removal Operations (ERO), Service Processing Center (SPC), ATTENTION: Joe Campos, 1115 N. Imperial Ave., El Centro, CA 92243 for first article tests. The shipping documentation shall contain this contract number and the Lot/Item identification. The characteristics that the first article must meet and the testing requirements are specified elsewhere in this contract. (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. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval. (c) If the first article is disapproved, the Contractor, upon Government request, shall submit an additional first article for testing. After each request, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another first article for testing. All costs related to these tests are to be borne by the Contractor, including any and all costs for additional tests following a disapproval. The Contractor shall furnish any additional first article to the Government under the terms and conditions and within the time specified by the Government. The Government shall act on this first article within the time limit specified in paragraph (b) of this clause. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule or for any additional costs to the Government related to these tests. READ THE REST ON http://farsite.hill.af.mil/ Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). READ SOLICITATION AND STATEMENT OF WORK BEFORE ASKING QUESTIONS. 52.217-5 -- Evaluation of Options 52.217-9 -- Option to Extend the Term of the Contract. 60 DAYS, 15 DAYS, 24 MONTHS. 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. 52.204-7 Central Contractor Registration. 52.209-6 Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.222-19 Child Labor -- Cooperation with Authorities and Remedies. 52.211-17 Delivery of Excess Quantities. 52.232-18 -- Availability of Funds. 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-3 Buy American Act ? Free Trade Agreements ? Israeli Trade Act (Alt II). 52.225-13 Restrictions on Certain Foreign Purchases. 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification 52-232-1 Payments 52.232-8 Discounts for Prompt Payment 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration 52.233-3 Protest After Award. 52.233-4 Applicable Law for Breach of Contract Claim HSAR 3052.209-70, Prohibition on Contracts with Corporate Expatriates HSAR 3052.217-100, Guarantee
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/COW/192112FSDECCA0025-1B/listing.html)
- Place of Performance
- Address: El Centro, CA 92243
- Zip Code: 92243-1739
- Zip Code: 92243-1739
- Record
- SN02767395-W 20120608/120606235257-bc4fa46dbbd516b17285946099a52299 (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 |