Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 28, 2018 FBO #6153
MODIFICATION

53 -- USBP UGS HARDWARE PARTS AND SUPPLIES

Notice Date
9/26/2018
 
Notice Type
Modification/Amendment
 
Contracting Office
4760 N. Oracle Road, Tucson, AZ 85705
 
ZIP Code
85705
 
Solicitation Number
20106862
 
Response Due
9/27/2018
 
Archive Date
3/26/2019
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: 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 20106862 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 2005-100. The associated North American Industrial Classification System (NAICS) code for this procurement is 424950 with a small business size standard of 100.00 employees. This requirement is a [ Small Business ] set-aside 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 2018-09-27 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Statement of Work. The DHS Customs and Border Protection (CBP) requires the following items, Meet or Exceed, to the following: LI 001: MULTIPURPOSE SPRAY ADHESIVE -See Statement of Work for complete details., 500, EA; LI 002: KHAKI CAMOUFLAGE SPRAY PAINT, 12OZ -See Statement of Work for complete details., 400, EA; LI 003: BLACK CAMOUFLAGE SPRAY PAINT, 12OZ -See Statement of Work for complete details., 400, EA; LI 004: EARTH BROWN CAMOUFLAGE SPRAY PAINT, 12OZ -See Statement of Work for complete details., 400, EA; LI 005: ARMY GREEN CAMOUFLAGE SPRAY PAINT, 12OZ -See Statement of Work for complete details., 400, EA; LI 006: FOREST GREEN SPRAY PAINT, 12OZ -See Statement of Work for complete details., 400, EA; LI 007: TRUCK BED SPRAY PAINT BLK, 12OZ -See Statement of Work for complete details., 400, EA; LI 008: TRUCK BED SPRAY PAINT, TAN 12OZ -See Statement of Work for complete details., 400, EA; LI 009: BLK RUBBERIZED SPRAY ON, 11OZ -See Statement of Work for complete details., 60, EA; LI 010: TAN RUBBERIZED SPRAY ON, 11OZ -See Statement of Work for complete details., 60, EA; LI 011: BROWN RUBBERIZED SPRAY ON,11OZ -See Statement of Work for complete details., 60, EA; LI 012: GREEN RUBBERIZED SPRAY ON,110Z -See Statement of Work for complete details., 60, EA; LI 013: GRAY RUBBERIZED SPRAY ON, 110Z -See Statement of Work for complete details., 60, EA; LI 014: BLK/BLU RUBBERIZED SPRAY ON, 110Z -See Statement of Work for complete details., 60, EA; LI 015: BLURPLE RUBBERIZED SPRAY ON, 110Z -See Statement of Work for complete details., 60, EA; LI 016: FOREST GREEN GAFFER TAPE -See Statement of Work for complete details., 300, EA; LI 017: DESERT TAN GAFFER TAPE -See Statement of Work for complete details., 300, EA; LI 018: BURLAP BAGS (50 COUNT) 30X40 -See Statement of Work for complete details., 150, EA; LI 019: STRAW FOAM SEALANT, 20OZ -See Statement of Work for complete details., 150, EA; LI 020: FIBERGLASS REPAIR KIT, 1/2 PINT CAN -See Statement of Work for complete details., 150, EA; LI 021: FIBERGLASS REPAIR KIT, QUART CAN -See Statement of Work for complete details., 150, EA; LI 022: FIBERGLASS MAT CLOTH -See Statement of Work for complete details., 150, EA; LI 023: FIBERGLASS CLOTH TAPE, 6PK -See Statement of Work for complete details., 150, EA; LI 024: FIBERGLASS CLOTH, 8 SQ FEET -See Statement of Work for complete details., 150, EA; LI 025: FIBERGLASS PUTTY SPREADER, 3 PK -See Statement of Work for complete details., 150, EA; LI 026: FIBERGLASS RESIN, 1 GALLON CAN -See Statement of Work for complete details., 150, EA; LI 027: FIBERGLASS RESIN, QUART CAN -See Statement of Work for complete details., 150, EA; LI 028: FIBERGLASS CREAM HARDENER -See Statement of Work for complete details., 150, EA; LI 029: FIBERGLASS REINFORCED FILLER -See Statement of Work for complete details., 150, EA; LI 030: LONG STRAND FIBERGLASS REINFORCED FILLER -See Statement of Work for complete details., 150, EA; LI 031: LIGHTWEIGHT FIBERGLASS FILLER, 1 GALLON -See Statement of Work for complete details., 150, EA; LI 032: LARGE CABLE TIES -See Statement of Work for complete details., 200, EA; LI 033: MEDIUM CABLE TIES 18" -See Statement of Work for complete details., 200, EA; LI 034: MEDIUM CABLE TIES 12" -See Statement of Work for complete details., 200, EA; LI 035: SMALL CABLE TIES 8" -See Statement of Work for complete details., 200, EA; LI 036: SMALL CABLE TIES 4" -See Statement of Work for complete details., 200, EA; LI 037: CAMOUFLAGE BUNGEE CORD 24", 4 PACK -See Statement of Work for complete details., 150, EA; LI 038: CAMOUFLAGE BUNGEE CORD 36", 4 PACK -See Statement of Work for complete details., 150, EA; LI 039: OLIVE DRAB BUNGEE SHOCK CORD, 24" -See Statement of Work for complete details., 150, EA; LI 040: OLIVE DRAB BUNGEE SHOCK CORD, 36" -See Statement of Work for complete details., 150, EA; LI 041: FLAT NYLON CAM STRAP, 1INCH BLK -See Statement of Work for complete details., 100, EA; LI 042: FLAT NYLON CAM STRAP 1INCH, FOREST GRN -See Statement of Work for complete details., 100, EA; LI 043: FLAT NYLON CAM STRAP, 1INCH, TAN -See Statement of Work for complete details., 100, EA; LI 044: FLAT NYLON CAM STRAP, 1INCH, BLK -See Statement of Work for complete details., 100, EA; LI 045: FLAT NYLON CAM STRAP, 1 INCH, FOREST GRN -See Statement of Work for complete details., 100, EA; LI 046: FLAT NYLON CAM STRAP, 1 INCH TAN -See Statement of Work for complete details., 100, EA; LI 047: 550 PARACORD, 1000 FOOT SPOOL-MULTICAM -See Statement of Work for complete details., 150, EA; LI 048: 550 PARACORD, 1000 FOOT SPOOL-BLK -See Statement of Work for complete details., 150, EA; LI 049: 550 PARACORD, 1000 FOOT SPOOL-COYOTE -See Statement of Work for complete details., 150, EA; LI 050: 550 PARACORD, 1000 FOOT SPOOL-SAND -See Statement of Work for complete details., 150, EA; LI 051: 550 PARACORD, 1000 FOOT SPOOL-OLIVE DRAB -See Statement of Work for complete details., 150, EA; LI 052: 550 PARACORD, 1000 FOOT SPOOL-FOLIAGE -See Statement of Work for complete details., 150, EA; LI 053: 550 PARACORD, 1000 FOOT SPOOL-GREY -See Statement of Work for complete details., 150, EA; LI 054: RODENT RESISTANT CABLE -See Statement of Work for complete details., 40, EA; LI 055: MOBILE TOOL CHEST -See Statement of Work for complete details., 80, EA; LI 056: FOLDING ENTRENCHING TOOL AND BLADE -See Statement of Work for complete details., 80, EA; LI 057: FIELD SERVICE ENGINEER TOOL KIT -See Statement of Work for complete details., 150, EA; LI 058: INDIVIDUAL SURVEILLANCE TOOL KIT -See Statement of Work for complete details., 120, EA; LI 059: GREEN HANDLE AUTO KNIFE -See Statement of Work for complete details., 120, EA; LI 060: GREEN HANDLE FOLDING KNIFE -See Statement of Work for complete details., 120, EA; LI 061: CRIME SCENE METAL DETECTOR -See Statement of Work for complete details., 80, EA; LI 062: PIN POINTER WAND METAL DETECTOR -See Statement of Work for complete details., 80, EA; LI 063: PANTYHOSE -See Statement of Work for complete details., 5000, EA; 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 Customs and Border Protection (CBP) 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 Customs and Border Protection (CBP) 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. 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. 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. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. No partial shipments are permitted unless specifically authorized at the time of award. 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 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): 52.222-21, 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/. 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 http://www.acqnet.gov/far. 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). Award Criteria-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 Statement of Work or listed specs whichever is applicable to the buy. 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 Exact Match Only Commodity Buys- NO SUBSTITUTIONS, EXACT MATCH ONLY. The vendor may not substitute any item/service listed on this order without prior written approval from the DHS/CBP Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturer, quantity, delivery dates, or any other specifications of this RFQ. Items/services that do not conform to descriptions and part numbers found in this RFQ will be rejected at the time of delivery causing a return at the vendor's expense. For Exact Match Services Buys Only- In order for a sellers bid to be 'responsive' and considered for award, the seller is REQUIRED to document exactly how they intend to meet the requirements of the SOW. They shall document statement detailing the service for evaluation. 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. 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). 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. In accordance with the IPP clause; ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PROCESSING PLATFORM (IPP) (JAN 2016), payment requests for all new awards must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). The Contractor must use IPP for contracts and orders awarded April 11, 2016 or later. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract. The IPP website address is: https:// www.ipp.gov. Contractor assistance with IPP enrollment can be obtained by contacting IPPCustomerSupport@fms.treas.gov or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer. Delivery is preferred to be made within 90 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. Unless otherwise noted. 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) Proposals that do not respond to all requirements in the solicitation may be rejected without further evaluation, deliberation, or discussion. The Government may reject any proposal that is evaluated to be significantly not compliant with the solicitation requirements, or reflects a failure to comprehend the complexity and risks of the work to be performed. The Government reserves the right to award without discussions with Offerors. (a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government and whose offer is the Lowest Priced Technically Acceptable (LPTA). Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-price factors. The quote with the lowest evaluated price will be evaluated for technical acceptability. Only if that quote is found to be technically unacceptable will the evaluation proceed to the quote with the next lowest evaluated price. This process will continue until the lowest priced technically acceptable quote is found. The following factors shall be used to evaluate technical acceptability of the lowest priced offeror: 1.TECHNICAL AND MANAGEMENT APPROACH (non-price) The Offeror must meet the requirements of the Statement of Work (SOW). 2.PAST PERFORMANCE (non-price) Offerors will be evaluated on their recent (within the past 3 years) performance of relevant requirements as described in the SOW. Offerors should provide references for the same or similar work performed for Federal, State, and local government and private clients. An Offeror may also provide information on problems encountered on the identified projects and the offer ™s corrective actions. The Government will consider this information, as well as information obtained from any other sources, when evaluating the offeror ™s past performance. An offeror will not be evaluated favorably or unfavorably on past performance if the offeror has no record of relevant past performance or for whom information on past performance is not available. 3.PRICE A comparison of proposal pricing received in response to the solicitation will be made in order to make a determination of fair and reasonable pricing in accordance with the Firm Fixed Price nature of this acquisition action. (b) Options. N/A (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Government reserves the right to award without discussions with Offerors. (End of provision) CONTRACTING OFFICER'S AUTHORITY (MAR 2003) The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract. In the event the Contractor effects any changes at the direction of any person other than the Contracting Officer, the changes will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. The Contracting Officer shall be the only individual authorized to accept nonconforming work, waive any requirement of the contract, or to modify any term or condition of the contract. The Contracting Officer is the only individual who can legally obligate Government funds. No cost chargeable to the proposed contract can be incurred before receipt of a fully executed contract or specific authorization from the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/20106862/listing.html)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN05105627-W 20180928/180926230854-4d1592b567de58309a424b5a157f92d3 (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.