Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 05, 2020 SAM #6855
SOLICITATION NOTICE

93 -- High Security Holographic Demetallized Laminates

Notice Date
9/3/2020 5:02:11 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326130 — Laminated Plastics Plate, Sheet (except Packaging), and Shape Manufacturing
 
Contracting Office
MISSION SUPPORT DALLAS
 
ZIP Code
00000
 
Solicitation Number
192120OPRPSUH0092
 
Response Due
9/10/2020 9:59:00 PM
 
Archive Date
09/25/2020
 
Point of Contact
Tasha Wang, Phone: 2149055797, Tony Ojeda, Phone: 2149055425
 
E-Mail Address
tasha.r.wang@ice.dhs.gov, louis.a.ojeda@ice.dhs.gov
(tasha.r.wang@ice.dhs.gov, louis.a.ojeda@ice.dhs.gov)
 
Description
(i) This is a combined synopsis/solicitation for commercial items procured under the Federal Acquisition Regulations (FAR) Subpart Part 13.5, prepared in accordance with the format in the 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. (ii) This solicitation number 192120OPRPSUH0092 is issued as a request for quotation (RFQ). The resultant purchase order will be a firm-fixed price contract. (iii) This solicitation document (RFQ) and incorporated provisions and clauses are those in effect through Federal Acquisition Circular ((FAC) 2020-07. (iv) This proposed acquisition is not being set-aside for small businesses. This acquisition is open to all businesses and is issued under NAICS code 326130- Laminated Plastics Plate, Sheet (except Packaging), and Shape Manufacturing. The size standard is 500 employees. (v) The following list of contract line item number(s), units of measure, quantities, item number, needed by the Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE) Agency, Office of Professional Responsibility (OPR). LINE 0001:� Laminate for Credentials � Five Seals ID with Brick, in accordance with the Statement of Work; Unit of Measure (UM): Each (EA);� Quantity 10,000 LINE 0002: Laminate for Credentials � Five Seals ID without Brick, in accordance without the Statement of Work; Unit of Measure (UM): Each (EA);� Quantity 10,000 (vi) DHS/ICE/OPR� has a requirement for High Security Laminates for DHS Credentials in accordance with Attachment 1- Statement of Objectives (SOO). (vii) Date(s) and place(s) of delivery and acceptance and FOB point: Delivery shall be made in accordance with Attachment 1- Statement of Objectives (SOO). The FOB point is F.O.B. DESTINATION (NOV 1991) in accordance with FAR 52.247-34.� (viii) FAR clause 52.212-1, Instructions to Offerors-Commercial Items (April 2014) applies to this acquisition. To be considered for award quotes must be submitted on the Attachment 3 -Pricing Template with prices provided for all contract line item number (CLINS). Also, contractors must have an active DUNS. Provide your company's DUNS along with your quote.� The Technical Proposal is limited to 10 pages.� All pages after page 10 will be deleted.� Font will be 12 point Times New Roman. �Margins will be one (1) inch.� Failure to comply with any of these instructions will result in the offer being determined non responsive.� Late submissions will not be accepted.� Volume I: ��Technical Proposal, 10 page limit Volume II: �Pricing Template, 1 page (ix) The FAR provision 52.212-2, Evaluation-Commercial Items (OCT 2014), does apply to this RFQ. 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, price and other factors considered. The following factors shall be used to evaluate offers: Technical Approach Demonstrated Prior Experience Price; TECHNICAL APPROACH The technical proposal shall contain a Statement of Work (SOW) in response to Attachment 1- Statement of Objectives (SOO).� The Offeror�s SOW must demonstrate a thorough understanding of the work requirement as defined in the SOO and Attachment 2 - Specifications.� DEMONSTRATED PRIOR EXPERIENCE The technical proposal shall also contain a written narrative must include examples of demonstrated performance of these services for other Government Entity (including contract numbers, points of contact with telephone numbers and other relevant information).�� PRICE The Government will evaluate offers for award purposes by adding the total price for the requirement. �Offerors must utilize Attachment 3 - Pricing Template The Government may perform a comparative evaluation (comparing offers to each other) to select the contractor that is best suited and provides the best value, considering the evaluation factors in this solicitation. 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. (x) A statement advising offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items: Offeror�s shall be registered at www.sam.gov in order to be considered for award. (xi) Statement regarding clause at 52.212-4, Contract Terms and Conditions- Commercial Items: FAR clause 52.212-4 applies to this acquisition see Attachment 5 - Provisions and Clauses; (xii) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (AUG 2020), applies to this acquisition and the clause are applicable to the acquisition include: FAR clause 52.212-5 is applicable to this acquisition. See Attachment 5 � Provisions and Clauses for more information. (xiii) �The date, time and place offers are due: �Quotes are due no later than�10 September 2020, �11:59 PM Central Time (CT). Quotes shall be received by email to Tasha Wang, Contract Specialist, tasha.r.wang@ice.dhs.gov. (xiv) The name and telephone number of the individual to contact for information regarding the solicitation: Questions shall be submitted, by email only,� to Tasha Wang, Contract Specialist, tasha.r.wang@ice.dhs.gov. �All questions shall be received no later than�5 September 2020, 11:59 PM Central Time (CT). (xv)� The following documents are attached to this combines synopsis solicitation. Attachment 1: Statement of Objectives (SOO) Attachment 2: Specifications Attachment 3: Pricing Template Attachment 4: Question and Answer Template Attachment 5: Provisions and Clauses
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b312404e903b40e886f0d70c9e8c9bfd/view)
 
Place of Performance
Address: Bethlehem, PA 18018, USA
Zip Code: 18018
Country: USA
 
Record
SN05787223-F 20200905/200903230203 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.