SOLICITATION NOTICE
84 -- Law Enforcement Badges for Customs and Border Protection
- Notice Date
- 6/18/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
- ZIP Code
- 20229
- Solicitation Number
- HSBP1009Q2327
- Archive Date
- 7/16/2009
- Point of Contact
- Richard M, Kirby, Phone: 202-344-2593, William Sharkey, Phone: 202-393-3315
- E-Mail Address
-
richard.m.kirby@cbp.dhs.gov, William.J.Sharkey@cbp.dhs.gov
(richard.m.kirby@cbp.dhs.gov, William.J.Sharkey@cbp.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Customs and Border Protection (CBP), Security Management Division (SMD), Office of Internal Affairs (IA), Credentialing Office at Glynco, Georgia has a requirement for the manufacture and purchase official CBP law enforcement badges for authorized personnel. Additional details are provided in the attached Statement of Work. This acquisition is being solicited on a Small Business Set Aside North American Industry Classification System is 332999 with a size standard of 500 employees. The Point of Contact for this requirement is, Richard Kirby @202-344-2593, Email richard.m.kirby@cbp.dhs.gov. Place of Performance: Contractor site. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; responses are being requested and a written solicitation will not be issued. Solicitation number HSBP1009Q2327 is being issued as a Request for Quotation (RFQ). This is a RFQ in accordance with FAR Part 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-31 and the Department of Homeland Security Acquisition Regulations (HSAR). It is the vendor’s responsibility to be familiar with the applicable clauses and provisions. This RFQ will be issued exclusively through this Government Point of Entry (www.fbo.gov). All future information about this acquisition including amendments to this procurement requirement will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. Required Services are described in the attached Statement of Requirements (SOR). Clauses and provisions may be accessed via the Internet, http://farsite.hill.af.mil or http://www.acquisition.gov/far, or by contacting the Contracting Officer. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant order. FAR 52.212-1, Instruction to Offerors Commercial Items (JUN 2008) and FAR 52.212-2, Evaluation-Commercial Items (JAN 1999) both apply to this acquisition. Vendors shall include a reference of the provision FAR 52.212-3, of their Representations and Certifications on Online Representations and Certifications Application (http://orca.bpn.gov) (ORCA) and FAR 52.212-4 Contract Terms and Conditions – Commercial Items (Sep 2005). The government will award an order resulting from this RFQ to the responsible vendor whose proposal, conforming to the solicitation, is most advantageous to the Government. The vendor must be registered in the Central Contractor Registration (CCR) (http://www.ccr.gov) database and must provide DUNS number and TIN with quotation. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (March 2009) is applicable an addendum. The following FAR clauses are applicable: a)52.203-6 Restrictions on Subcontractor Sales to the Government Alternate 1 b)52.219-6, Notice of Total Small Business Set-Aside (June 2003) c)52.219-8 Utilization of Small Business Concerns (May 2004) d)52.219-14 Limitations on Subcontracting (Dec 1996) e)52.219-28 Post-Award Small Business Program Re-representation (Jun 2007) f)52.222-3, Convict Labor g)52.222-19, Child Labor Cooperation with Authorities and Remedies h)52.222-21, Prohibition of Segregated Facilities i)52.222-26, Equal Opportunity j)52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans k)52.222-36, Affirmative Action for Workers with Disabilities l)52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) m)52.225-1 Buy American Act—Supplies (Feb 2009) n)52.225-13, Restriction on Certain Foreign Purchases o)52.232-29 Terms for Financing of Purchases of Commercial Items (Feb 2002) p)52.232-30 Installment Payments for Commercial Items (Oct 1995) q)52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration Additional Clauses: r)52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-- COMMERCIAL ITEMS (FEB 2009) s)52.216-24 Limitation of Government Liability t)52.217-4 Evaluation of Options Exercised at Time of Contract Award u)52.217-5 Evaluation of Options (JUL 1990) v)52.217-6 Option of Increased Quantity (MAR 1989) w)52.217-7 Option for Increased Quantity – Separately Priced Line Item (MAR 1989) x)52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) y)52.245-1 Government Property (June 2007) z)52.245-9 Use and Charges (June 2007) aa) 52.246-2 Inspection of Supplies—Fixed-Price (Aug 1996) bb) 3052.209-70 Prohibition on Contracts with Corporate Expatriates (JUN 2006) 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. Additional Customs and Border Protection Clauses: D.1PACKAGING, PACKING, AND MARKING (MAR 2003) Material shall be packaged, packed, and marked for shipment in such a manner that will insure acceptance by common carriers and safe delivery at destination. Packages shall be clearly identified on the outer wrapping with the contract number and delivery/task order number, if applicable. F.1PERIOD OF PERFORMANCE (MAR 2003) The period of performance of this contract shall be from date of award through one year after award. F.4TERM OF CONTRACT WITH OPTION(S) (MAR 2003) The contract term shall be for a period of one year from the date of award, subject to the Government's option to extend the term of the contract in accordance with the clause entitled, "Option to Extend the Term of the Contract" FAR 52.217-9 contained herein. H.5ORDERING PROCEDURES -- SUPPLIES (OCT 2007) Orders for supplies to be furnished under this contract shall be accomplished by the issuance of written delivery orders specifying the types and quantities of supplies to be ordered. All delivery orders issued under this contract shall conform to the provisions of the contract clause, "Ordering,” FAR 52.216-18, and “Order Limitations,” FAR 52.216-19. The only office(s) authorized to issue delivery orders under this contract are: U. S. Customs and Border Protection (a)52.216-18 Ordering. ORDERING (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from date of award through one year. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered “issued” when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of clause) (b)52.216-19 Order Limitations. As prescribed in 16.506(b), insert a clause substantially the same as follows: ORDER LIMITATIONS (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 5 badges, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor— (1) Any order for a single item in excess of 45,000 badges; (2) Any order for a combination of items in excess of 45,000; or (3) A series of orders from the same ordering office within 90 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 10 days after issuance, with written notice stating the Contractor’s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. The Offeror Shall State: The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion or addition. OR The terms and conditions in the solicitation are acceptable to be included in the award document with the exception deletion or addition of the following: The schedule for this procurement is as follows: Solicitation posted…………………………June 18, 2009 Questions Due……………………………..June 22, 2009 NLT 4:30 p.m. Answers Returned…………………………June 24, 2009 NLT 4:30 p.m. Proposals Due……………………………..July 1, 2009 NLT 4:30 p.m. All times are Washington D.C. local time. The estimated amount of badges required but the minimum for the first order will be no less than 5,000 badges. The maximum number of badges per year is estimated to be 45,000. Questions and Proposals shall be submitted to Richard Kirby by e-mail at richard.m.kirby@cbp.dhs.gov and William Sharkey William.J.Sharkey@cbp.dhs.gov. GSA Schedule Quotations and Quotations against other Government Wide Acquisition Contract Vehicles are encouraged. Facsimile Quotations will not be acceptable. Quotations must meet all instructions set forth in this combined synopsis/solicitation and are due on July 1, 2009 NLT 4:30 p.m. local time. Reference the RFQ number HSBP1009Q2327 on your submission The Government intends to award a IDIQ Contract with a base of one year with four option years, resulting from this RFQ to the responsible vendor whose quotation conforming to the RFQ will be most advantageous to the Government, price and other factors considered. Responses will be evaluated on the basis of best value. Evaluation Factors are in order of importance: Submissions in response to this RFQ shall be comprised of five (5) parts. The Past performance submission shall not be more than two pages and Submissions shall be 8.5” x 11” format, text shall be Aerial font, 12 pt and single spaced. (c)52.212-2 Evaluation—Commercial Items. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: EVALUATION—COMMERCIAL ITEMS (JAN 1999) (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, price and other factors considered. The following factors shall be used to evaluate offers: 1.Experience and Past Performance 2.Technical Understanding of Requirements, Deliverables and Delivery Schedule Approach 3.Management 4.Price Relative Weights of Cost and Price as Compared to Technical Factors: The Price is significantly less important than the combined importance of the Experience/Past Performance, Technical Understanding of Requirements, Deliverables, and Delivery Schedule, and Management. As individual factors, the Price is less important than the Experience and Past Performance and Management but more important than the Technical Understanding of Requirements, Deliverables, and Delivery Schedule. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (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. 1.Experience and Past Performance Submission shall be no more than 3 pages and shall include at least three (3) references of previous similar requirements held over the past three (3) years inclusive of the names, email addresses and phone numbers of Points of Contact. Experience reflects whether offerors have performed similar work in manufacturing and delivering law enforcement badges and related materials as described in the Statement of Work to large-scale organizations, especially those primarily governmental in nature (such as Federal, State or local government entities). Past performance describes how well offerors performed the work, compliance with contract requirements, and demonstrated technical excellence through quality awards or certifications. 2.Technical Understanding of Requirements, Deliverables and Delivery Schedule Approach: Submission shall be no more than 3 pages, marking materials may be attached as an appendix and does not count to the page count shall include sufficient sample product to demonstrate quality and understanding of the requirements. Samples shall be returned within 30 days of award. The proposal provides a clear, logical plan for organizing the tasks and feasible methods for manufacturing law enforcement badges. The proposed approach reflects a clear understanding of manufacturing techniques for fabricating dies and by incorporating base metals, enamel/epoxy, gold electroplate finish, finishing, and findings. The capability for delivering the number of required badges are realistic. The proposal identifies all subcontracted work (i.e. badge manufacturers, authorized dealers, etc.), and either proposes a subcontractor or describes the method of selecting a subcontractor. 3.Management: Submission shall be no more than 2 pages,The proposal provides internal control policies and procedures that prevent and detect fraud and protects law enforcement badges from compromise. The proposed approach reflects actions taken to document transactions, supervision or monitoring of operations, and appropriate physical safeguards to protect government property and law enforcement sensitive items from unauthorized physical access, tampering, and theft. 4.Price. The Price Submission shall not be more than two (2) pages. The offerors shall breakdown their pricing into the main components of this procurement as follows: Line ItemDescriptionUnit of MeasurePeriod of PerformanceUnit Price 00010BadgesEachBase Year 8/1/2009 – 7/30/2010 00020BadgesEachOption Year 1 8/1/2010 – 7/30/2011 00030BadgesEachOption Year 2 8/1/2011 – 7/30/2012 00040BadgesEachOption Year 3 8/1/2012 – 7/30/2013 00050BadgesEachOption Year 4 8/1/2013 – 7/30/2014 00060 All Badge Dies EachContract Completion Government Furnished Property: CBP shall provide thirty-four (34) dies, the contractor shall provide the remaining dies which shall be transferred to the Government at the end of this contract. See the attached excel spreadsheet for the list of dies. See statement of requirements for item characteristics. Offeror’s are encouraged to submit unique, innovative solutions in accordance with their commercial business practices as per the following business objectives: 1. To implement and use an innovative and creative technical approach and badges on schedule that meets the requirements set forth herein in accordance with the offeror’s standard commercial practices. 2. To propose a pricing structure to accomplish the requirements set forth in this Statement of Work. 3. To encourage offeror’s to propose business solutions using performance based contracting techniques with incentives and disincentives designed to reward superior performance (e.g. customer satisfaction, timely submission of deliverables) and poor performance (e.g. loss of dollars) based on commercial quality standards. 4. To accomplish the requirements set forth in this SOR. 5. The Government contemplates the award of a firm fixed price Indefinite Delivery Indefinite Quantity Contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/HSBP1009Q2327/listing.html)
- Place of Performance
- Address: Contractor location, United States
- Record
- SN01849701-W 20090620/090619000115-67f7fedf74c3951caf612fc68f0593bf (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 |