SOLICITATION NOTICE
81 -- TSA Baggage Screening Consumables
- Notice Date
- 1/21/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Transportation, Transportation Security Administration, Headquarters TSA, 400 7th St., SW GSA - Room 3636, Washington, DC, 20590
- ZIP Code
- 20590
- Solicitation Number
- DTSA20-03-Q-00774
- Response Due
- 1/29/2003
- Archive Date
- 2/13/2003
- Point of Contact
- Michael Derrios, Simplified Acquisitions Contracting Officer, Phone 202-385-1086, Fax 202-493-1802,
- E-Mail Address
-
mike.derrios@tsa.dot.gov
- Description
- This is a combined synopsis/solicitation for commercial items. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation, DTSA20-03-Q-00774 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-11. This solicitation is unrestricted. The associated NAICS industry group code is 3261 Plastics Product Manufacturing and the small business size standard is 500. In accordance with the Aviation and Transportation Security Act the TSA is required to have the ability to open 100% of baggage for daily security inspections. TSA's legal obligation is to reseal all baggage that has been opened for inspection. This population of items will include boxes and other types of baggage that will require a method of securing by TSA by means of the line items mentioned in this combined synopsis/solicitation. THE LINE ITEMS ARE AS FOLLOW: 0001 - BAGGAGE SECURITY LABEL SEALS, QTY- 11,500,000 EACH; 0002 - BAGGAGE SECURITY RESEALING STRAPS, QTY- 110,125 EACH; 0003 - BAGGAGE INSPECTION TAPE, QTY- 850 CASES. THESE QUANTITIES REPRESENT A 30-DAY SUPPLY. CLIN DESCRIPTIONS- 0001 - Baggage Security Label Seals: The vendor shall modify this design when instructed by TSA based on experience and field-testing. These designs may be changed as often as once every 30 days. Specification Overview- The labels shall be one (1) by four (4) inches. The contractor shall propose a format for review and approval by TSA. The formats TSA will consider are; individually cut, lengthwise on a roll, widthwise on a roll, on cut sheets. The labels shall be made of a tamper evident media with a rubber based adhesive. The label shall be imprinted with security features, which the contractor shall propose for review and approval by TSA. The security features TSA will consider are; moire effect, holograms, and specialty inks. The label will be imprinted according to the artwork provided by TSA. Serial numbers are required. There will be two versions, a passenger version and a TSA version. The color for the passenger version shall be RED and the color for the TSA version shall be BLUE. The red passenger version will have two matching serial numbers (alpha/numeric), the second serial number shall be imprinted on a perforated detachable stub. The perforation shall include both the label and the backing media. The Quantity Breakdown for the two types is as follows: RED PASSENGER VERSION - 4,500,000 EACH & BLUE TSA VERSION - 7,000,000 EACH FOR A TOTAL OF 11,500,000 EACH. 0002 - Baggage Security Resealing Straps: Security Sealing Straps may be produced in a color acceptable to TSA, which will depend on the proposed design. The closing device for these straps shall be blue. The vendor shall modify this design when instructed by TSA based on experience and field-testing. These designs may be changed as often as once every 30 days. Specification Overview - The straps shall be a minimum of six (6) feet long, a maximum of one (1) inch wide and shall have a breaking strength of not less than fifty (50) pounds. The straps shall be made of Kevlar or other suitable material. The straps shall not require any special tools to close and shall permit the strap to be cinched tight around the baggage. The strap shall be imprinted with letters TSA on either the strap or the closing device. 0003 - Security Sealing Tape shall be produced in white with three colors printing - black, red and blue. The vendor shall modify this design when instructed by TSA based on experience and field-testing. These designs may be changed as often as once every 30 days. Specification Overview- The tape shall be seventy-nine (79) yards per roll, two (2) inches wide and shall be made of a white PVC media with a rubber based adhesive. (Alternate lengths per roll may be acceptable.) The tape shall be imprinted with the TSA 'signature' and the word INSPECTED according to the artwork provided by TSA. This imprint shall be repeated not less than once every twenty-four (24) inches. The Quantity of CASE shall consist of 36 ROLLS PER CASE in accordance with industry standard. Deliveries shall be coordinated by TSA to approximately 429 airports nationwide at addresses to be furnished by the Government. TERMS AND CONDITIONS - The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this solicitation. The provision at 52.212-2 Evaluation -- Commercial Items applies to this solicitation and the specific evaluation criteria included in paragraph (a) of that provision is Quality of Product Sample. The Contractor shall submit a quantity of ten (10) product samples for each CLIN referenced in this notice. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with response to this RFP. The subsequent purchase order for services shall include the clause at 52.212-4, Contract Terms and Conditions -- Commercial Items. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, shall also be included in the purchase order. This effort shall result in a fixed-price (FFP) purchase order for supplies with a period of performance of one-year from date of contract award. THE QUANTITIES REFERENCED IN THIS RFQ ARE INITIAL QUANTITIES AND WILL BE ORDERED UPON CONTRACT AWARD. POTENTIAL OFFERORS SHALL PROVIDE UNIT PRICES FOR FOLLOW-ON PROCUREMENT ACTIONS OF SIMILAR ITEMS AND QUANTITIES FOR A PERIOD OF ONE (1) YEAR. THE GOVERNMENT WILL HAVE THE FLEXIBILITY TO ORDER REQUIRED QUANTITIES AT A FIXED-PRICE BASED ON ACTUAL USAGE. THE CONTRACTOR SHALL OFFER THE GOVERNMENT ANY FAVORABLE QUANTITY PRICE BREAKS. The contractor shall submit a quote outlining their price and availability for all of the quantities contained in this RFQ. The Government shall evaluate quotations based on 1.) Quality of product sample, 2.) Ability to meet quantities required, 3.) Maximum use of small business participation and 4.) Price. Award will be made on a best-value basis in conjunction with these factors. QUOTES AND PRODUCT SAMPLES ARE DUE NO LATER THAN CLOSE OF BUSINESS (5:00 P.M.) ON JANUARY 29, 2002. CONTRACTORS SHOULD SUBMIT THE QUOTE, PRODUCT SAMPLES AND THE REPRESENTATIONS AND CERTIFICATIONS AS REQUIRED BY 52.212-3 (SEE ABOVE) TO THE FOLLOWING ADDRESS: ATTN: MIKE DERRIOS, TSA HEADQUARTERS, WEST TOWER, 4TH FLOOR, TSA-14, 400 SEVENTH STREET, SW, WASHINGTON, D.C. 20590. ALL POTENTIAL OFFERORS MUST REQUEST A COPY OF THE TSA ARTWORK IN WRITING BY CONTACTING MICHAEL DERRIOS, CONTRACTING OFFICER, AT MIKE.DERRIOS@TSA.DOT.GOV OR FAX AT 202-493-1802.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOT/TSA/HQTSA/DTSA20-03-Q-00774/listing.html)
- Place of Performance
- Address: TO BE DETERMINED
- Record
- SN00244212-F 20030123/030121220731 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |