Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 23, 2001 PSA #2962
SOLICITATIONS

84 -- ASSEMBLED EQUIPMENT BAGS

Notice Date
October 19, 2001
Contracting Office
Department of the Treasury, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20373-5802
ZIP Code
20373-5802
Solicitation Number
USSS020006
Response Due
October 31, 2001
Point of Contact
Kelly Curtin, Contract Specialist, Phone 202/406-6940, Fax 202/406-6801, Email kcurtin@usss.treas.gov
Description
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. Solicitation number USSS020006 is issued as a Request for Proposals (RFP) through Federal Acquisition Circular 97-27. This action is a 100% small business set-aside. The NAICS code is 339920 and the small business size standard is 500. The U.S. Secret Service (USSS) has a requirement for equipment bags assembled with required components as described herein. Also required on a consignment basis is a limited quantity of items, as specified below. Contract period of performance: Date of award through February 8, 2002. The Government intends to award a firm, fixed price indefinite delivery -- indefinite quantity type contract. Line Item No. 0001: Minimum quantity of one thousand five hundred (1,500) fully assembled equipment bags; maximum quantity of three thousand (3,000). Each assembled equipment bag to contain the following sub-items: Sub-Item No. 0001A: Black, ankle/calf high winter boots (pair) with waterproof leather upper, waterproof construction: multi-layer removable inner liner with binding, waterproof hard or semi-hard lug sole. The comfort/warmth minimum range of -20F, lightweight, built in or exterior "gator"; Sub-Item No. 0001B: Black mini-flashlight, machined aluminum construction with knurled design; 5 1/2 inches long, high intensity light beam with required batteries and two spare sets of batteries; Sub-Item No. 0001C: Thermal top and bottom garments, two pair each, polypropylene or equivalent; Sub-Item No. 0001D: Gore-Tex outer shell mittens (pair), removable insulated layer design for -20 F, non-slip grip surface on palm and inside of thumb; Sub-Item No. 0001E: Gloves (pair), consisting of thin, synthetic material to permit dexterity in cold weather with Neoprene backs; Sub-Item No. 0001F: .15 ounce lip balm, with minimum UVA protection of 20 or higher SPF; Sub-Item No. 0001G: 8 ounce sunscreen, waterproof solution with minimum UVA protection of 20 or higher SPF; Sub-Item No. 0001H: Hand and Foot Warmers to be placed inside boots and gloves-quantity of fifty hand and fifty foot warmers; Sub-Item No. 0001I: Green Cyalume four hour light stick-quantity of three each; Sub-Item No. 0001J: Plastic, one quart sports type water bottle; Sub-Item No. 0001K: One set of sub-item nos. 0001A through 0001J shall be placed within a black rip-stop nylon exterior equipment bag, with both hand straps and a removable shoulder strap and Velcro closure side pouch. The dimensions of the main compartment shall be at a minimum 26 inches wide x 14 inches high x 10 inches. The interior shall include a waterproof storage compartment with a minimum size of 10 inches wide x 8 inches high. The bottom shall be waterproof and contain plastic 'feet' to elevate the nylon exterior bottom from ground contact. Each assembled bag shall have a Government provided nametag, which shall be attached by the Contractor to each bag. Nametags will contain the officer name and agency. Nametags will be provided by USSS for all participating Agencies. The Contractor shall be required to assemble each equipment bag with the appropriate sizes and quantities of the required equipment and attach the corresponding nametag. The Contractor will be provided information regarding name of officer, agency, boot size, thermal undergarment size, mitten and glove size for each officer receiving a pre-packaged equipment bag, and shall package each bag accordingly. The Contractor shall deliver assembled and tagged equipment bags, FOB Destination, with all freight included in the delivered price, to a location in Salt Lake City, UT 84116. Approximately thirteen participating Federal Government Agencies will be authorized to order from the resultant contract. Agencies authorized to use the resultant contract will issue a funded delivery order against this contract for supplies ordered. The delivery orders issued by each Agency will cite required accounting/appropriation information and will furnish the address for the submission of invoices for the supplies obtained. A full listing of all participating Agencies will be provided to the successful offeror at time of contract award. It is anticipated that the resultant contract and a majority of delivery orders will be issued on or before November 9, 2001. For contract/delivery order requirements received on or before November 9, 2001, delivery will be required December 1, 2001. For all other orders pertaining to this line item, delivery will be required within two (2) weeks of receipt of order. Line Item No. 0002: The Contractor will be required to supply the following items on a consignment basis, which consist of the following: Sub-Item No. 0002A: Two hundred pairs of boots, as described in sub-item no. 0001A; Sub-Item No. 0002B: Two hundred pairs of gloves, as described in sub-item no. 0001E; Sub-Item No. 0002C: Two hundred pairs of mittens, as described in sub-item no. 0001D; Sub-Item No. 0002D: Two hundred pairs of thermal undergarments, as described in sub-item no. 0001C. All items provided shall be comprised of a variety of average sizes to accommodate a ratio of 3 men per every 1 woman. Delivery of items to be made to a location in Salt Lake City, UT 84116. Line Item No. 0002 sub-items will be made available to the USSS only, in case substitution of personnel is required. The Contractor shall invoice the USSS for any equipment not returned, at the unit price provided for Line Item No. 0002 sub-items only. The USSS will return any unused equipment to the Contractor no later than March 15, 2002. Delivery orders shall state actual quantities per size required. All proposals must include a unit cost for each assembled equipment bag, as well as the total price for the maximum quantity (i.e., 3,000). Detailed technical descriptions and/or brochures on each offered sub-item must be included with the offeror's proposal to allow the USSS to determine that it is technically acceptable per the specification. Offerors will also be required to submit a sample assembled equipment bag (size: large for all applicable sub-items and boot size of 10 1/2 male) for evaluation purposes, to include all sub-items. The following FAR Provisions and Clauses are applicable unless otherwise noted: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation -- Commercial Items; 52.212-2 Paragraph (a) insert: "The Government intends to award firm, fixed price indefinite delivery indefinite quantity type contract, to the responsible offeror with acceptable past performance, whose proposal, conforming to the Solicitation as provided herein, is lowest in price. Each assembled bag will be evaluated as acceptable or unacceptable, determined on technical sufficiency as per the specification and quality of workmanship. For evaluation of past performance, the offeror must provide at least three references for contracts/purchase orders of similar products/services within the last two (2) years. Each reference must include customer's name and address, contact person, project name, date of performance, telephone number and contract value for each reference. If business entity establishment is less than two (2) years, provide related experience of key personnel. Past Performance shall be valued as acceptable, unacceptable, or neutral. Technical and past performance, when combined, are less important than price." 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items. The following clauses cited in 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222.19, Child Labor -- Cooperation with Authorities and Remedies; 52.225-1, Buy American Act-Balance of Payments Program -- Supplies; 52.225-13, Restriction on Certain Foreign Purchases; and 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (insert 'ten days after award' at fill-in). 52.216-18, Ordering (insert 'date of award of contract' and '02/08/2002' at fill-ins in consecutive order). 52.216-19, Order Limitations (insert '1 each', '2,800 each', '2,800 each' , '1' and '3' at fill-ins in consecutive order). 52.216-22, Indefinite Quantity (insert '02/08/2002' at fill-in). These FAR Provisions and Clauses may be accessed via the world wide web at: http://www.arnet.gov/far/. Telephone requests for copies of FAR Provisions and/or Clauses will not be accepted. Proposals must contain the following: 1) Pricing for line item nos. 0001 and 0002 (to include breakdown for each sub-item), providing unit price and total price for maximum order quantities; 2) Sample equipment bag including each sub-item (size: large for applicable sub-items and boot size of 10 1/2 male); 3) Detailed technical descriptions and/or brochures on each offered sub-item; 4) Method of sizing and sizing chart for boots, undergarments, gloves and mittens for both male and female; 5) Past Performance Information; and 6) Completed and signed copy of the FAR 52.212-3, Representations and Certifications (October 2000/FAC 20 edition). Please note: All responsible offerors shall forward proposal package to U.S. Secret Service, Procurement Division (Suite 6700), Attn: Kelly Curtin, 950 H Street, NW, Washington, DC 20223, to be received no later than 3:00 P.M.(EST), Wednesday, October 31, 2001. Please note: Award is anticipated within thirty (30) days of receipt of proposals.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/TREAS/USSS/PDDC20229/USSS020006/listing.html)
Record
Loren Data Corp. 20011023/84SOL003.HTM (D-292 SN5110X4)

84 - Clothing, Individual Equipment and Insignia Index  |  Issue Index |
Created on October 19, 2001 by Loren Data Corp. -- info@ld.com