Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2018 FBO #5994
SOLICITATION NOTICE

66 -- Human Portable Radiation Detection System (HPRDS) Cases and Custom Foam - Package #1

Notice Date
4/20/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
70RDND18Q00000005
 
Archive Date
5/15/2018
 
Point of Contact
Glenda B. Smith, , Jennifer A. D'Addio,
 
E-Mail Address
Glenda.Smith@hq.dhs.gov, jennifer.daddio@hq.dhs.gov
(Glenda.Smith@hq.dhs.gov, jennifer.daddio@hq.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment II - Pricing Schedule Attachment I - Statement of Work (SOW) This is a hard copy of the full version of the Combined Synopsis/Solicitation. ***A FULL VERSION, HARD COPY OF THE SYNOPSIS/SOLICATION IS ATTACHED*** (i)This a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.106, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested and a written solicitation will not be issued. The Government intends to award a Firm Fixed Price contract under the Simplified Acquisition Procedures using FAR Part 13. (ii) This solicitation reference number is 70RDND1800000005. This requirement is issued as a Request for Quotation (RFQ) (iii) This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97. (iv) This solicitation is a set aside for small business. The associated North American Industry Classification Systems (NAICS) code is 326199 - All Other Plastics Product Manufacturing. (v) The Contract Line Item Numbers, Items, Quantities and Units of Measure (including options) are listed in Attachment II - Standard Pricing Schedule. (vi) The Quoter shall provide up to 525 durable plastic cases with custom-cut foam to house components of the Human Portable Radiation Detection System Communications Package 2 (HCP2) for use in the maritime environment in accordance with the Attachment I - Statement of Work. (vii) The period of performance will be one year from date of award. (a) The first article sample case shall be delivered no later than (14) calendar days from the date of award. (b) Delivery of 337 cases is required no later than (30) days from the date of Option CLIN Exercise. The Government prefers delivery be made sooner and will accept partial deliveries. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017), applies to this acquisition. Addendum to 52.212-1: Quoters must address each of the technical requirements outlined in Attachment I - Statement of Work. All Price Quotations must include the following information: Dun & Bradstreet Number (DUNS); Northern American Industrial Classification System (NAICS) Code; Business Size; Contact Name; Contact Email Address; Contact Telephone Number; Complete Business Mailing Address. Each Quoter shall submit Pricing as a separate document that shall include the format shown on Attachment II - Standard Pricing Schedule. (End of Provision) (ix) The provision at 52.212-2, Evaluation - Commercial Items (Oct 2014) applies to this acquisition. This contract will be awarded on a Best Value - Tradeoff basis. Vendors will be evaluated based on their adherence to the requirements set forth in Attachment I - Statement of Work. (i) Technical Quotation: Quoters shall address each of the technical requirements outlined in Attachment I - SOW. Technical Capability shall demonstrate the following: •Quoter's ability to meet the case specifications (Pelican TM 1400 or equivalent), custom cut foam (black Ethafoam® Synergy® MP or equivalent), and a "USCG HCP2" label in gray on black to replace the manufacturer or vendor label (Arial Black Font on 10 mil UV Polycarbonate w/5 mil LSE Adhesive or equivalent grade) with their quoted products. •Quoter's ability to meet the delivery schedule requirements and reduce lead time for the delivery of the 337 cases below the schedule requirements outlined in the Statement of Work (SOW). The Government will evaluate the quoters technical capability by: •Comparing the proposed case to the prototype case (Pelican 1400), comparing the properties of the proposed foam to the foam in the prototype case (black Ethafoam® Synergy® MP), and the proposed label to the prototype case label (Arial Black Font on 10 mil UV Polycarbonate w/5 mil LSE Adhesive or equivalent grade). •Evaluate the proposed delivery schedule against the delivery schedule requirements outlined in the SOW. (ii)Price: Quoters shall provide a firm fixed price quotation that is complete and reasonable in accordance with Attachment II - Pricing Schedule. Price will be evaluated based on the overall price proposed and unit price proposed in Attachment II - Pricing Schedule. This shall include the price of the First Article, Option CLIN for 337 cases, and Option CLIN for up to 188 additional cases. Evaluation and Award: A single award will be made to the responsible Quoter whose proposed case and delivery schedule is determined to be the most advantageous to the Government, price and non-price factors considered. Technical Capability is more important than Price. As the technical evaluation of quotations approaches equality, price will become more important in making the award determination. In the event that two or more quotations are determined not to have any substantial technical differences, awards may be made to the lower priced quotation. It should be noted that award may be made to other than the lowest priced quotation if the Government determines that a price premium is warranted due to technical merit. The Government may also award to other than the highest technically rated quotation, if the Government determines that a price premium is not warranted. a)Awards may also be made on the basis of initial quotations without discussions. Quoters are therefore cautioned that each initial quotation should contain the Quoters best terms. b)Price Analysis: The Government will conduct its price analysis using one or more of the techniques listed below: 1. Comparison of proposed prices received in response to the solicitation. 2. Comparison of proposed prices with independent government cost estimates. 3. Comparison of proposed prices with prices obtained through market research for the same or similar items. (End of Provision) (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items(Nov 2017), applies to this acquisition. The Offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017) applies to this acquisition. ADDENDUM to 52.212-4: Original invoices shall be e-mailed to: FIN-SMB-DNDOInvoices@uscg.mil with a courtesy going to the COR, Contracting Officer, and Contract Specialist. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2018), applies to this acquisition. FAR 52.217-7, Option for Increased Quantity - Separately Priced Line Item (Mar 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of Clause) FAR 52.217-9, Option to Extend the Term of the Contract (March 2000) (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 12 months. (End of clause) *** (Continued in Full Version, Hard Copy Synopsis/Solicitation Attached Herein this Announcement)***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/70RDND18Q00000005/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, United States
 
Record
SN04896098-W 20180422/180420230539-6c634592239806c1ef0fa938191f998d (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.