DOCUMENT
99 -- Batches of 5,000 Gunlocks with crisis line information on it and pamphlet - Attachment
- Notice Date
- 8/31/2015
- Notice Type
- Attachment
- NAICS
- 332510
— Hardware Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
- ZIP Code
- 80246
- Solicitation Number
- VA25915Q0524
- Response Due
- 9/14/2015
- Archive Date
- 10/14/2015
- Point of Contact
- Brian Ballard
- E-Mail Address
-
2-7078<br
- Small Business Set-Aside
- Total Small Business
- Description
- (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 purpose of this notice is to establish a Blanket Purchase Agreement (BPA) with a vendor that provides for delivery orders to be placed, within the stated limits of this agreement during a fixed (5) year period. (ii)The solicitation number is: VA259-15-Q-0524, and it is issued as a request for quotation (RFQ). (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82. (iv)This solicitation is restricted for Small Business set aside. NAICS: 332510. (v)Contract Line Items: Price/Cost Schedule Item Information ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 1Gunlocks with Veteran Crisis Line information on gunlock and gun safety pamphlet included (See Statement of Work (SOW) below) 1.00Skid(SD) = 5,000 Gunlocks____________________________________ GRAND TOTAL__________________ (vi)Performance Specifications: SOW/Specifications 1. Contract Title. Gunlocks 2. Background. Every day an estimated 22 veterans kill themselves in the U.S. and most of them use a gun to do so. We are wanting to purchase gun locks for veterans that includes the Veteran's Crisis Line information. The thinking is that if they lock their guns up they might not be able to access them as easily in the spur of the moment and if they do access them they will have the Crisis Line information and an oppurtunity to reach out to someone for support. 3. Scope. Provide cable style gun locks with an imprint of Veteran Crisis Line information on the locks. 4. Specific Tasks. Produce a Cable Gun Lock with a different imprint on each side of the lock. GOVERNMENTS MINIMUM SPECIFIC REQUIREMENTS: o1-5/16"Laminated steel body o15" laminated steel cable (.22" (5.6mm)) o4 pin tumbler lock plug oInclude 2 keys oImprint information: One side will say "Veterans Crisis Line 1-800-273-8255 Press 1" and the other side will have "Text to 838255 or Chat at VeteransCrisisLine.net". Alteration of the design is ok to make fit, as long as the information conveyed is clear and appears professional. Sides shall look as close as possible to below: Side 1: Side 2: oGunlock will be plastic wrapped (see similar example below) with keys and pamphlet inside plastic wrap. "Plastic wrapping shall be thin and clear. It must look as close to image as possible. This is the minimum requirement. Anything not of clear color or quality of the plastic in the picture will not be considered for award. Wrapping must be sealed on both ends. oPamphlet content will be provided by the purchaser at time of production, it will include information on cable style gun lock instructions, gun safety messaging and suicide prevention information. oPamphlet will be printed on 8 pages the size of 6 ½" by 9 ¾" paper, the pages will be stapled in the center and folded in half to create a booklet. "Minimum paper specification for the pamphlet is: book or catalogue weight 70-80 lb non glossy. "Pamphlet will consist of black/white ink with some red highlights. There will be illustrations in black and white only. oPamphlet will be then folded inside plastic packaging with gunlock and key. "Gunlocks shall be white or primary colors and each lock shall be one color, but the purchaser shall approve the color(s) prior to production. The Crisis Line imprint shall be clear and defined. Example of similar product: 5. Performance Monitoring The individual designated as a facility representative will require a proof or sample of the product prior to any large productions or if there is any changes to the product between productions. Vendors shall coordinate with Brian Ballard (Contract Specialist NCO19) in order to submit the sample product to the end user for final technical acceptability prior to the solicitation close date of 09/14/2015. The sample will include one (1 complete) gunlock (1 blank) pamphlet inside the plastic wrap. Actual pamphlet content will be provided by the purchaser at time of production. 6. Security Requirements There are no Security concerns or requirements as this contract requires the production of a physical product. 7. Other Pertinent Information or Special Considerations. a. Identification of Possible Follow-on Work. The purchasing of this product will be done in batches of 5,000 gun locks at a time, with a maximum amount of $150,000 per order. Vendor shall submit a quote for pricing of one (1) skid (SD) of 5,000 gunlocks for the establishment of the Blanket Purchase Agreement (BPA). b. Identification of Non-Disclosure Requirements. Not Required c. Packaging, Packing and Shipping Instructions. A short paper pamphlet that includes approved firearm safety messaging, Crisis Line information, Gun Lock use instructions and graphic representations of the use of the gunlock should be included in a plastic wrapper with the gunlock and keys. 8. Risk Control If for any reason the locks are found to be faulty (i.e. don't stay locked) all products may be returned and refunded at Vendors expense IAW FAR 52.246-16 and VAAR 852.246-71. 9. Place of Performance. All production of the product will be completed at the contractor's site and then shipped via pallet to the purchaser's desired location, FOB Destination. 10. Period of Performance. This period of performance shall start at the once the BPA has been awarded. There will be a five (5) year BPA established for future needs of the Denver VA facility. 11. Delivery Schedule. Deliveries shall be 60 Days ARO. (vii)Date and place of performance (FOB Destination): Please Deliver To: Denver VA ECHCS 1055 Clermont Street Denver, CO 80220-3808 Delivery: Within 60 Days ARO. a)The following terms and conditions are mandatory: 1)Description of agreement - The proposed supplier shall furnish Gunlocks for the Denver VA Eastern Colorado Health Care System, if and when a need exists. A delivery order is placed by the Contracting Officers at the Network Contracting Office 19 (NCO 19). 2)Extent of obligation - The government is obligated only to the extent of authorized purchases actually made under the BPA. 3)Purchase limitation - The dollar limit of each individual purchase under the BPA shall be equal to or less than $150,000.00. 4)Individuals authorized to purchase under the BPA - Contracting Officers from NCO 19 will be authorized to purchase under the BPA. The dollar limitation per purchase shall be furnished to the supplier by the ordering Contracting Officer. 5)Delivery Tickets - All shipments under the agreement, shall contain the following minimum information: (i)Name of supplier (ii)BPA Number (iii)Date of purchase (iv)Purchase number (v)Itemized list of supplies or services furnished (vi)Quantity, unit price, and extension of each item, less applicable discounts (unit prices and extensions need not be shown when incompatible with the use of automated systems, provided that the invoice is itemized to show this information). (vii)Date of delivery or shipment. 6)Invoices - When billing procedures provide for an individual invoice for each delivery, these invoices shall be accumulated, provided that -- (A) A consolidated payment will be made for each specified period; and (B) The period of any discounts will commence on the final date of the billing period or on the date of receipt of invoices for all deliveries accepted during the billing period, whichever is later. (viii)The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. (ix)The provision at 52.212-2, Evaluation - Commercial Items, does not apply to this acquisition. a.Award will be based on Lowest Price Technically Acceptable (LPTA). (x)Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with the offer. (xi)The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii)The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. (xiii)Any additional contract requirements or terms and conditions: The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses are incorporated by reference: 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-1, 52.225-2, 52.225-13, and 52.232-34. All Contractors MUST be registered in SAM.gov to do business with the federal government and annually ensure the information is current at https://www.sam.gov/ VETERAN-OWNED BUSINESSES - Please be sure to register and get validated at http://www.vetbiz.gov. (xiv)Additional information: Non Manufacture Rule - The Non-Manufacturer rule allows a small business to offer a product that it did not manufacturer under a small business set-aside if SBA has offered a waiver - SBA has not issued a waiver for this requirement and therefore the offeror must be a small business manufacturer or offering a product manufactured by a small business. 52.225-1 -- Buy American-Supplies. As prescribed in 25.1101(a)(1), insert the following clause: Buy American - Supplies (May 2014) (a) Definitions. As used in this clause-- "Commercially available off-the-shelf (COTS) item"- (1) Means any item of supply (including construction material) that is- (i) A commercial item (as defined in paragraph (1) of the definition at FAR 2.101); (ii) Sold in substantial quantities in the commercial marketplace; and (iii) Offered to the Government, under a contract or subcontract at any tier, without modification, in the same form in which it is sold in the commercial marketplace; and (2) Does not include bulk cargo, as defined in 46 U.S.C. 40102(4), such as agricultural products and petroleum products. "Component" means an article, material, or supply incorporated directly into an end product. "Cost of components" means-- (1) For components purchased by the Contractor, the acquisition cost, including transportation costs to the place of incorporation into the end product (whether or not such costs are paid to a domestic firm), and any applicable duty (whether or not a duty-free entry certificate is issued); or (2) For components manufactured by the Contractor, all costs associated with the manufacture of the component, including transportation costs as described in paragraph (1) of this definition, plus allocable overhead costs, but excluding profit. Cost of components does not include any costs associated with the manufacture of the end product. "Domestic end product" means- (1) An unmanufactured end product mined or produced in the United States; (2) An end product manufactured in the United States, if- (i) The cost of its components mined, produced, or manufactured in the United States exceeds 50 percent of the cost of all its components. Components of foreign origin of the same class or kind as those that the agency determines are not mined, produced, or manufactured in sufficient and reasonably available commercial quantities of a satisfactory quality are treated as domestic. Scrap generated, collected, and prepared for processing in the United States is considered domestic; or (ii) The end product is a COTS item. "End product" means those articles, materials, and supplies to be acquired under the contract for public use. "Foreign end product" means an end product other than a domestic end product. "United States" means the 50 States, the District of Columbia, and outlying areas. (b) 41 U.S.C. chapter 83, Buy American, provides a preference for domestic end products for supplies acquired for use in the United States. In accordance with 41 U.S.C. 1907, the component test of the Buy American statute is waived for an end product that is a COTS item (See 12.505(a)(1)). (c) Offerors may obtain from the Contracting Officer a list of foreign articles that the Contracting Officer will treat as domestic for this contract. (d) The Contractor shall deliver only domestic end products except to the extent that it specified delivery of foreign end products in the provision of the solicitation entitled "Buy American Certificate." (End of clause) -- The contractor must complete the following Buy American certificate with the submission of their offer if they plan on submitting an offer that is not a domestic end product -- 52.225-2 -- Buy American Certificate. As prescribed in 25.1101(a)(2), insert the following provision: Buy American Certificate (May 2014) (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." The terms "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American-Supplies." (b) Foreign End Products: Line Item No.:Country of Origin: (xiv)The Defense Priorities and Allocations System (DPAS) does not apply. (xv)Date and Time offers are due: Offers are due at 4:00PM ET on 09/14/2015. (xvi)Name and telephone number of the individual to contact for information regarding the solicitation: Brian Ballard Contract Specialist | NCO19 303-372-7078 brian.ballard@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25915Q0524/listing.html)
- Document(s)
- Attachment
- File Name: VA259-15-Q-0524 VA259-15-Q-0524_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2287595&FileName=VA259-15-Q-0524-004.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2287595&FileName=VA259-15-Q-0524-004.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA259-15-Q-0524 VA259-15-Q-0524_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2287595&FileName=VA259-15-Q-0524-004.docx)
- Place of Performance
- Address: Denver VA ECHCS;1055 Clermont Street;Denver, CO
- Zip Code: 80220-3808
- Zip Code: 80220-3808
- Record
- SN03864984-W 20150902/150901000707-0878dde4ddcbec9ca99437264a1a5b8a (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 |