Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 8, 2001 PSA #2784
SOLICITATIONS

84 -- BORDER PATROL BADGE

Notice Date
February 6, 2001
Contracting Office
Department of Justice, Immigration & Naturalization Service, Director of Procurement, 425 I. Street, N.W., Room 2208, Washington, DC, 20536
ZIP Code
20536
Solicitation Number
COW-1-R-1017
Response Due
February 9, 2001
Point of Contact
Robert Manard, Contracting Officer, Phone 202-305-7734, Fax 202-616-7876, Email robert.manard@usdoj.gov -- Jan Wisor, Contracting Officer, Phone 202-305-2130, Fax 202-514-3353, Email jan.k.wisor@usdoj.gov
E-Mail Address
Robert Manard (robert.manard@usdoj.gov)
Description
(i) 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation number COW-1-R-1017 is issued as a request for proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-22. (iv-not applicable ). (v) The contract line item is: CLIN 001 U.S. BORDER PATROL BADGE, Quantity 2,500. (vi) SCOPE AND GENERAL REQUIREMENTS: The badge specification is as follows: Height from top of badge (eagles head) to bottom shall be 2 34 inches. Width of badge, located above "BORDER PATROL" ribbon, shall be 1 7/8 inches from outer tip to outer tip and 1 15/16 inches from outer curve to outer curve located slightly below "PATROL AGENT" ribbon. The base metal used shall be Gilding metal, 425 Olin Brass or equivalent, 12 gauge. The Enamel color shall be "Midnight Navy" blue Polymer (Polychem Corporation color P-08 or equivalent) or "Midnight Navy" blue stoned epoxy in the letters "U" and "S", and in the lettered portion of the top and bottom ribbons. The Polymer or stoned epoxy shall be free of porosity, show no grinding or polishing marks, and be finished at the same level as the lettering and the walls of the ribbon panels. The badge body must consist of a heavy gold electroplate finish of 24K fineness, with a minimum thickness of 100 millimeters throughout the front, back, and edges. All raised highlights on the obverse are to be brightly polished and glossed. The fine edges are to be polished to remove any tool marks made when the selvage is trimmed from the device. The reverse shall have a satin finish. The device is to be coated with a clear, baked-on lacquer on all sides. The Findings will have a 3-piece pin and safety catch meeting the following criteria: Catch shall be B.A. Ballou #046882 or equivalent. Joint shall be B.A. Ballou #061051 or equivalent. 2" pin shall be B.A. Ballou #810533 or equivalent. The Catch and Joint are to be fused to the reverse of the device. The point of the pin shall not protrude beyond the Catch or the bottom of the device. The findings shall be electroplated to match the finish of the device. The device shall have a slight oval Dap curvature from left to right as worn approximately 1/16" on the vertical axis. The reverse of the device is to be hallmarked with the manufacturers name or logogram. The month and year of manufacture shall be stamped on the reverse of the device. All badges of like position title shall be consecutively numbered on the reverse with a stamped alphanumeric serial number. The size of the stamped numbers must be the equivalent of Arial 16-point type. The range of serial numbers used shall be provided upon award. The reverse of each badge equipped with a joint, pin, and catch is to be stamped or embossed with the following disclaimer: "THIS BADGE CONVEYS NO AUTHORITY UNLESS ACCOMPANIED BY PROPER CREDENTIALS". A die for the embossing shall be furnished for this purpose upon award. Each badge shall be individually packaged in a transparent plastic envelope 3 inches wide by 4 inches deep, not less than 5 millimeters thick, with a "zip lock" type closing. A label shall be affixed to one side of the packet with the badge title and serial number clearly and conspicuously imprinted thereon. The "zip lock" type closing shall be closed. A graphic image of this item can be obtained by contacting the point of contact below. (vii) CLIN 001 shall be delivered FOB point destination to 425 I street, NW, Washington, DC, 20536 no later than 15 April 2001. (viii) FAR 52.212-1, "Instructions to Offerors-Commercial Items", is incorporated by reference. (ix) FAR 52.212-2, "Evaluation-Commercial Items", is incorporated by reference. Proposals submitted in regard to this combined synopsis/solicitation will be evaluated as a "Best Value" to the government and award will be made to the offeror whose proposal represents the greatest overall value to the government, cost and other factors considered. Technical capability, meeting or surpassing the minimum requirements and past performance evaluation, when combined are more important than price. The evaluation factors in descending order of importance are: 1.) Ability to meet or exceed the technical specifications set forth above (as demonstrated in part through submission of a production sample), 2.) Price, and 3.) Past performance. Each proposal shall include two past performance references for efforts similar in size and complexity to this requirement. For each reference provide a point of contact name, phone number, fax #, and e-mail address. At a minimum, proposals shall include a proposal on Company letterhead, signed, or a SF1449 for requested items. One production sample meeting similar technical specifications as required by this RFP shall be included as part of the proposal. This production sample will be returned upon award. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, "Offeror, Representations and Certifications-Commercial Items", with their proposal. (xi) FAR 52.212-4, Contract Terms and Conditions-Commercial Items", is incorporated by reference. (xii) FAR 52.212-5 "Contract terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items", is incorporated by reference. (xiii, xiiii, & xv, not applicable) (xvi) Responses to this solicitation are due no later than 9 February 2001 by 3:00 p.m. local (Washington, DC) time. All proposals w/production samples shall be sent to INS, HQ Procurement Division, 425 I St. NW, Room 2208, Washington, DC 20536. (xvii) All offers should be addressed to Robert Manard and reference #COW-1-R-1017. INS is soliciting on an unrestricted basis: all responsible sources may submit a
Web Link
Visit this URL for the latest information about this (/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=COW-1-R-1017&L=3187)
Record
Loren Data Corp. 20010208/84SOL002.HTM (D-037 SN50C969)

84 - Clothing, Individual Equipment and Insignia Index  |  Issue Index |
Created on February 6, 2001 by Loren Data Corp. -- info@ld.com