Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2011 FBO #3386
MODIFICATION

71 -- Flammable Liquid Safety Cabinets

Notice Date
3/1/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
Office of Acquisition (TSA-25), Arlington, VA 20598
 
ZIP Code
20598
 
Solicitation Number
HSTS01-11-Q-ENV005
 
Response Due
3/9/2011
 
Archive Date
9/5/2011
 
Point of Contact
Name: Evelyn Tyndell, Title: Contract Specialist, Phone: 571-227-1539, Fax: 571-227-3219
 
E-Mail Address
evelyn.tyndell@dhs.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is HSTS01-11-Q-ENV005 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-49. The associated North American Industrial Classification System (NAICS) code for this procurement is 332999 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-03-09 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be, null null The DHS Transportation Security Administration requires the following items, Meet or Exceed, to the following: LI 001, 115 Gallon Capacity (65"H x 59"W x 34"D) Yellow double-walled steel flammable liquid safety cabinet. Self closing double door, 2 adjustable shelves,insulating air space, dual air vents. Built-in grounding connector and leveling feet. Easily adjustable high capacity shelves. Doors are equipped with 4" hinges with sturdy brass pins and feature a spill-proof sill, a flush paddle handle with 3 pointlatching and a highly visible trilingual warning. Latching engages when doors are closed without handle rotation. UL listed, FM approved, OSHA and NFPA Code 30 Compliant. Special delivery instructions: All delivery personnel must provide full name, DOB, drivers license number andissuing state at least 24 hrs prior to delivery as they will be accessing the AOA. Delivery must include a lift-gate and heavy duty pallet jack (or fork truck) and removal of packing/shippingmaterials. Delivery must take place: Mon Fri between 09001600 hrs. Call: 401-734-1922 or 401-736-9102 at least 24 hrs in advance. Delivery Address: TSA T.F. Green State Airport (PVD)2000 Post Rd, Warwick, RI 02886 Primary POC: Diane Marley, (401)734-1922 Secondary POC:Frank Lisi, (401) 734-1909, 1, EA; LI 002, 60 Gallon Capacity (65"H X 34"W X 34"D) Yellow double-walled steel flammable liquid safety cabinet. Self closing double door, 2 adjustable shelves,insulating air space, dual air vents. Built-in grounding connector and leveling feet. Easily adjustable high capacity shelves. Doors are equipped with 4" hinges with sturdy brass pins and feature a spill-proof sill, a flush paddle handle with 3 pointlatching and a highly visible trilingual warning. Latching engages when doors are closed without handle rotation. UL listed, FM approved, OSHA and NFPA Code 30 Compliant. Delivery Address:TSA Fairbanks International Airport (FAI) 5904 Old Airport Road, Fairbanks, AK 99709 POC: Joy Kuntz, (907)452-9410, 1, EA; LI 003, 45 Gallon Capacity (65"H X 43"W X 18"D) Yellow double-walled steel flammable liquid safety cabinet. Self closing double door, 2 adjustable shelves,insulating air space, dual air vents. Built-in grounding connector and leveling feet. Easily adjustable high capacity shelves. Doors are equipped with 4" hinges with sturdy brass pins and feature a spill-proof sill, a flush paddle handle with 3 pointlatching and a highly visible trilingual warning. Latching engages when doors are closed without handle rotation. UL listed, FM approved, OSHA and NFPA Code 30 Compliant. Delivery Address:TSA Easterwood Airport (CLL) 1 McKenzie Blvd, Suite 207, College Station, TX 77845 POC: Gary Wentrcek, (979)691-7251, 1, EA; LI 004, 20 Gallon Capacity (46"H X 28"W X 18"D) Yellow double-walled steel flammable liquid safety cabinet. Selfclosing double door, 2 adjustable shelves,insulating air space, dual air vents. Built-in grounding connector and leveling feet. Easily adjustable high capacity shelves. Doors are equipped with 4" hinges with sturdy brass pins and feature a spill-proof sill, a flush paddle handle with 3 point latching and a highly visible trilingual warning. Latching engages when doors are closed without handlerotation. UL listed, FM approved, OSHA and NFPA Code 30 Compliant. Delivery Address: TSA Charlotte/Douglas International Airport (CLT) 5501 Josh Birmingham Pkwy, Charlotte, NC 28208 POC: George Robbins, (704)916-2202, 2, EA; LI 005, 90 Gallon Capacity (65"H X 43"W X 34"D) Yellow double-walled steel flammable liquid safety cabinet. Self closing double door, 2 adjustable shelves,insulating air space, dual air vents. Built-in grounding connector and leveling feet. Easily adjustable high capacity shelves. Doors are equipped with 4" hinges with sturdy brass pins and feature a spill-proof sill, a flush paddle handle with 3 pointlatching and a highly visible trilingual warning. Latching engages when doors are closed without handle rotation. UL listed, FM approved, OSHA and NFPA Code 30 Compliant. Delivery Address:TSA Molokai Airport (MKK) PO Box 52, Hoolehua, Molokai, HI 96729 POC: Carey Seki, (808)268-5316, 1, EA; LI 006, 110 Gallon Capacity (55"H X 58"W X 31.25"D) Yellow double-walled steel flammable liquid safety cabinet. Self closing double door, 2 adjustable shelves,insulating air space, dual air vents. Built-in grounding connector and leveling feet. Easily adjustable high capacity shelves. Doors are equipped with 4" hinges with sturdy brass pins and feature a spill-proof sill, a flush paddle handle with 3 point latching and a highly visible trilingual warning. Latching engages when doors are closed without handle rotation. UL listed, FM approved, OSHA and NFPA Code 30 Compliant. Delivery Address: TSA McAllen-Miller International Airport (MFE) 2500 S. Bicentennial Blvd, Suite 104, McAllen, TX 78503 POC: Kevin Crossley, (956)661-6581, 1, EA; LI 007, 12 Gallon Capacity (39"H X 23"W X 18"D) Yellow double-walled steel flammable liquid safety cabinet. Selfclosing double door, 2 adjustable shelves,insulating air space, dual air vents. Built-in grounding connector and leveling feet. Easily adjustable high capacity shelves. Doors are equipped with 4" hinges with sturdy brass pins and feature a spill-proof sill, a flush paddle handle with 3 point latching and a highly visible trilingual warning. Latching engages when doors are closed without handlerotation. UL listed, FM approved, OSHA and NFPA Code 30 Compliant. Delivery Address: TSA West Palm Beach International Airport (PBI) 1000 James Turnage Blvd, West Palm Beach, FL33406 POC: Loretta Steele, (561)512-3750, 1, EA; LI 008, 110 Gallon Capacity (55"H X 58"W X 31.25"D) Yellow double-walled steel flammable liquid safety cabinet. Selfclosing double door, 2 adjustable shelves,insulating air space, dual air vents. Built-in grounding connector and leveling feet. Easily adjustable high capacity shelves. Doors are equipped with 4" hinges with sturdy brass pins and feature a spill-proof sill, a flush paddle handle with 3 point latching and a highly visible trilingual warning. Latching engages when doors are closed without handlerotation. UL listed, FM approved, OSHA and NFPA Code 30 Compliant. Delivery Address: TSA Spokane International Airport (GEG) 7000 Airport Dr., Spokane, WA 99224 POC: Billy Mullins, (509)220-7185, 3, EA; LI 009, 120 Gallon Capacity (66"H X 56"W X 30"D) Yellow double-walled steel flammable liquid safety cabinet. Selfclosing double door, 2 adjustable shelves,insulating air space, dual air vents. Built-in grounding connector and leveling feet. Easily adjustable high capacity shelves. Doors are equipped with 4" hinges with sturdy brass pins and feature a spill-proof sill, a flush paddle handle with 3 point latching and a highly visible trilingual warning. Latching engages when doors are closed without handlerotation. UL listed, FM approved, OSHA and NFPA Code 30 Compliant. Delivery Address: TSA Kapalua Airport (JHM) 4050 Honoapiilani Highway, Lahaina, HI 96761 POC: Joan Kostera, (808)268-5316, 1, EA; LI 010, 120 Gallon Capacity (66"H X 56"W X 30"D) Yellow double-walled steel flammable liquid safety cabinet. Selfclosing double door, 2 adjustable shelves,insulating air space, dual air vents. Built-in grounding connector and leveling feet. Easily adjustable high capacity shelves. Doors are equipped with 4" hinges with sturdy brass pins and feature a spill-proof sill, a flush paddle handle with 3 point latching and a highly visible trilingual warning. Latching engages when doors are closed without handlerotation. UL listed, FM approved, OSHA and NFPA Code 30 Compliant. Delivery Address: TSA Kahului Airport (OGG) 1 Kahului Airport Road, #19, Kahului, HI 96732 POC: Carey Seki, (808)268-5316, 1, EA; LI 011, 4 Gallon Capacity (22"H X 17"W X 17"D) Yellow double-walled steel flammable liquid safety cabinet. Selfclosing double door, 2 adjustable shelves,insulating air space, dual air vents. Built-in grounding connector and leveling feet. Easily adjustable high capacity shelves. Doors are equipped with 4" hinges with sturdy brass pins and feature a spill-proof sill, a flush paddle handle with 3 point latching and a highly visible trilingual warning. Latching engages when doors are closed without handlerotation. UL listed, FM approved, OSHA and NFPA Code 30 Compliant. Delivery Address: TSA San Francisco International Airport (SFO) TSA-SFO SOuth Shoulder ( I.5.116), 5th Level, Room 116,San Francisco, CA 94128 POC: Matthew McCarthy, (650)399-6664, 4, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Transportation Security Administration intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Transportation Security Administration is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In the event this procurement is a total small business set-aside, the following shall apply: For small business set-asides other than for construction or services, any concern proposing to furnish a product that it did not itself manufacture must furnish the product of a small business manufacturer unless the SBA has granted either a waiver or exception to the nonmanufacturer rule. In industries where the SBA finds that there are no small business manufacturers, it may issue a waiver to the nonmanufacturer rule. In addition, SBA has excepted procurements processed under simplified acquisition procedures, where the anticipated cost of the procurement will not exceed $25,000, from the nonmanufacturer rule. Waivers permit small businesses to provide any firm's product. Please see FAR 19.502-2 for more information and exceptions. For this procurement, the associated North American Industrial Classification System (NAICS) code is 332999 with a small business size standard of 500 employees. In addition to providing pricing at www.FedBid.com for this solicitation, each offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to the point of contact in the FBO notice, so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. Any company submitting a response to this solicitation must have the applicable NAICS code included in their CCR report before an award can be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. INSTALLATION AND INSIDE DELIVERY MUST TAKE PLACE BETWEEN THE HOURS OF 8:00AM and 4:00PM, MONDAY THROUGH FRIDAY UNLESS OTHERWISE NOTED. Must call TSA POC at least 24 hours prior to schedule delivery and coordinate access. Each delivery truck must be equipped with a lift gate and a hand truck to off load and place unit as directed by the TSA onsite POC. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. SUBMISSION OF INVOICES - Commercial a)Background: The Transportation Security Administration (TSA)partners with the United States Coast Guard Finance Center for financial services in support of TSAoperations, including the payment of contractor invoices. Therefore, all contractor invoices must be submittedto, and will be paid by, the U.S. Coast Guard Finance Center (FinCen). (b)Invoice Submission Method:Invoices may be submitted via facsimile, U.S. Mail, or email. Contractors shall utilize ONLY ONE method perinvoice submission. The submission information for each of the methods is as follows in order of preference:1)Facsimile number is: 757-413-7314 The facsimile number listed above shall be used by contractors forORIGINAL invoice submission only. If facsimile submission is utilized, contractors shall not submit hardcopies of invoices via the U.S. mail. It is the responsibility of the contractor to verify that invoices are received,regardless of the method of submission used. Contractors may inquire regarding the receipt of invoices bycontacting the U.S. Coast Guard Finance Center via the methods listed in subparagraph (e) of this clause. 2)U.S. Mail: United States Coast Guard Finance Center TSA Commercial Invoices P.O. Box 4111 Chesapeake,VA 23327-4111 3)Email Invoices: FIN-SMB-TSAInvoices@uscg.mil (c)Invoice Process: Upon receipt ofcontractor invoices, FinCen will electronically route invoices to the appropriate TSA Contracting OfficersTechnical Representative and/or Contracting Officer for review and approval. Upon approval, the TSA willelectronically route the invoices back to FinCen. Upon receipt of certified invoices from a AuthorizedCertifying Official, FinCen will initiate payment of the invoices. (d)Payment Status: Contractors may inquire onthe payment status of an invoice by any of the following means: (1)Via the internet: https://www.fincen.uscg.mil Contacting the FinCen Customer Service Section via telephone at 1-800-564-5504 or(757) 523-6940 (Voice Option #1). The hours of operation for the Customer Service line are 8:00 AM to 5:00PM Eastern Time, Monday through Friday. However, the Customer Service line has a voice-mail feature that is available 24 hours per day, 7 days per week. (2)Via the Payment Inquiry Form: https://www.fincen.uscg.mil/secure/payment.htm (e)Invoice Elements: Invoices will automatically be rejected if the information required in subparagraph (a)(2)of the Prompt Payment Clause, contained in this Section of the Contract, including EFT banking information,Taxpayer Identification Number (TIN), and DUNS number are not included in the invoice. All invoices must beclearly correlate invoiced amounts to the corresponding contract line item number and funding citation. (f)Supplemental Invoice Documentation: Contractors shall submit all supplemental invoice documentation (e.g.copies of subcontractor invoices, travel vouchers, etc) necessary to approve an invoice along with the originalinvoice. The Contractor invoice must contain the information stated in the Prompt Payment Clause in order tobe received and processed by FinCen. Supplemental invoice documentation required for review and approvalof invoices may, at the written direction of the Contracting Officer, be submitted directly to either theContracting Officer, or the Contracting Officers Technical Representative.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS01-11-Q-ENV005/listing.html)
 
Place of Performance
Address: , null null
Zip Code: null
 
Record
SN02390646-W 20110303/110301235016-a7e36a7d38cada10119df766e7c309f0 (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 |
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.