SOLICITATION NOTICE
70 -- Barcode Labels and Ribbons - Solicitation Documents
- Notice Date
- 2/24/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 323119
— Other Commercial Printing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office - Battle Creek, HDI Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092, United States
- ZIP Code
- 49037-3092
- Solicitation Number
- SP4707-12-R-0001
- Archive Date
- 3/27/2012
- Point of Contact
- Randy J Powell, Phone: 269-961-7110
- E-Mail Address
-
Randy.Powell@dla.mil
(Randy.Powell@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Salient Characteristics Evaluation Factors and SubFactors List of ship to Locations This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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. This is issued as a Request for Proposal (RFP) SP4707-12-R-0001. Contractor is to provide the items listed below. Point of Contact: Contracting Officer, Randy Powell, Telephone 269-961-7110, email: randy.powell@dla.mil. Item SUPPLIES/SERVICES QTY UNIT UNIT-PRICE AMOUNT Base Period 0001 4"wide x 6" length Barcode Labels for use in 6,667 Roll Intermec PD42G printer. 8" diameter rolls Intermec E22103 or equal See attached Salient Characteristics 0002 3" wide x 1" length Barcode Labels for use in 67 Roll Intermec PD42G printer. 5,888 labels per roll Intermec Custom Syntran material Permanent, all-temp adhesive or equal See attached salient characteristics 0003 4" wide resin ribbon for items 0001 and 0002 6,734 Roll Intermec 13574106 (TMX3201) or equal for use in an Intermec PD42G printer. See attached salient characteristics 0004 Expedited Delivery within Continental US 30 EA Per site listed on Delivery Order 10 day delivery after receipt of order 0005 Expedited Delivery OUTSIDE Continental US 30 EA Per site listed on Delivery Order 30 day delivery after receipt of order TOTAL BASE PERIOD $ 1st Option Period 1001 4"wide x 6" length Barcode Labels for use in 6,667 Roll Intermec PD42G printer. 8" diameter rolls Intermec E22103 or equal See attached salient characteristics 1002 3" wide x 1" length Barcode Labels for use in 67 Roll Intermec PD42G printer. 5,888 labels per roll Intermec Custom Syntran material Permanent, all-temp adhesive or equal See attached salient characteristics 1003 4" wide resin ribbon for items 0001 and 0002 6,734 Roll Intermec 13574106 (TMX3201)or equal for use in an Intermec PD42G printer. See attached salient characteristics 1004 Expedited Delivery within Continental US 30 EA Per site listed on Delivery Order 10 day delivery after receipt of order 1005 Expedited Delivery OUTSIDE Continental US 30 EA Per site listed on Delivery Order 30 day delivery after receipt of order TOTAL 1st OPTION PERIOD $ 2nd Option Period 2001 4"wide x 6" length Barcode Labels for use in 6,667 Roll Intermec PD42G printer. 8" diameter rolls Intermec E22103 or equal See attached salient characteristics 2002 3" wide x 1" length Barcode Labels for use in 67 Roll Intermec PD42G printer. 5,888 labels per roll Intermec Custom Syntran material Permanent, all-temp adhesive or equal See attached salient characteristics 2003 4" wide resin ribbon for items 0001 and 0002 6,734 Roll Intermec 13574106 (TMX3201) or equal for use in an Intermec PD42G printer. See attached salient characteristics 2004 Expedited Delivery within Continental US 30 EA Per site listed on Delivery Order 10 day delivery after receipt of order 2005 Expedited Delivery OUTSIDE Continental US 30 EA Per site listed on Delivery Order 30 day delivery after receipt of order TOTAL 2ND OPTION PERIOD $ TOTAL ALL PERIODS $ This is a Brand Name or Equal purchase description. Offerors may propose a product in lieu of the brand named item, whereas the replacement product meets or exceeds the salient physical, functional, or performance characteristics of the brand name item. See attachment for salient characteristics of the labels and ribbons. Duration of any resultant contract is a base period of 1 year and two 1 year option periods for a total maximum of 3 years. Base period is from date of award through one year. Option periods if exercised will start the day after the previous period expires. Maximum total of time is 3 years. This requirement is 100% set aside for small business. NAICS code is 323119 and the size standard is 500 Employees The resulting contract and orders issued will be firm-fixed price. An Indefinite Quantity, Indefinite Delivery Contract will be issued from this RFQ. The Government minimum per Base or Option Period is $75,000.00 The maximum amount per Base or Option period is $800,000.00. The minimum per task order is $500.00. The maximum per task order issued is $200,000.00. Government anticipates an initial provisioning order during the base period to be shipped to all sites listed. After this initial shipment the Government will issue orders to replenish specific sites on an as needed basis. Shipping costs are to be included in the unit price. Required delivery Timeframes: 1. Within Continental US: 30 days after receipt of delivery order 2. Outside Continental US: 45 days after receipt of delivery order Expedited Delivery (lines 0004, 0005, 1004, 1005, 2004, 2005) These lines are used when the Government requires expedited delivery for items in the contract. Lines 0004, 1004 and 2004 are for sites within the continental US (CONUS) on a per site basis and lines 0005, 1005 and 2005 are for Outside CONUS sites on a per site basis. Normal delivery timeframes are 30 days CONUS and 45 days OCONUS. Expedited delivery timeframes are 10 days CONUS and 30 days OCONUS. If an order is expedited all delivery sites listed on that order are expedited and an expedite line would need to be ordered for each site listed Example: If two sites were on an order for CONUS that needed to be expedited during the Base Period, then 2 EA of Line 0004 would be ordered and the delivery timeframe would be 10 days after receipt of order for that order. Pricing for the expedited lines should reflect the additional costs of delivering the items to the site within the expedited period. Regular shipping costs for normal delivery timeframes should already be included in the unit price of items 0001, 1001, 2001, 0002, 1002, 2002, 0003, 1003, 2003. Government will award this requirement to the Lowest Price Technically Acceptable offer. The Government's objective is to obtain technically acceptable barcode ribbons and labels from an offeror who is experienced in providing these products worldwide to multiple delivery locations Ship to address: 120 locations worldwide. See attached location Spreadsheet. Items shipped must include the Contract and Task Order numbers in the shipping documentation for each location. Offers are due 4:30p.m. (EST) 12 Mar 2012 Offers may be submitted by e-mail to randy.powell@dla.mil, or by FAX (269) 961-4226. Instructions to Offerors -- Commercial Items (Feb 2012) FAR 52.212-1 4 (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2) (i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-- GSA Federal Supply Service Specifications Section Suite 8100 470 L'Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925) Facsimile (202 619-8978). (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites-- (i) ASSIST ( http://assist.daps.dla.mil ). (ii) Quick Search (http://assist.daps.dla.mil/quicksearch/ ) (iii) ASSISTdocs.com ( http://assistdocs.com ). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard ( http://assist.daps.dla.mil/wizard ); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4 Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697/2197, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies the offeror's name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the Internet at http://fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. (k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the CCR database accessed through https://www.acquisition.gov or by calling 1-888-227-2423 or 269-961-5757. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. Contractor is to submit the following for evaluations: 1. Requested items or items equal to the requested items salient characteristics including item description, unit price and totals for each of the lines above for each period listed. 2. Technical Proposal: A. The offeror must either provide the item requested in the bid schedule or an item equal to the requested item. If an "equal" item is provided the offeror must provide technical information in sufficient detail To prove that the offered item equals the salient characteristics of the requested item. B. Past performance information: The offeror must submit past performance information showing that they have performed successfully on previous work shipping items on a timely basis to multiple locations worldwide. The review of the technical proposal review is on a pass/fail basis. Failing either items A and or B of the technical proposal will result in the offeror's proposal being technically unacceptable and no further consideration will be given. Evaluation -- Commercial Items (Jan 1999) FAR 52.212-2 5 (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: See attached: Evaluation Factors and Subfactors for SP4707-12-R-0021 Labels and Ribbons. The review of the technical proposal review is on a pass/fail basis. Failing either items A (providing the requested items or an equal item) and or B (Past Performance) will result in the offeror's proposal being technically unacceptable and no further consideration will be given. (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. Evaluation of Options FAR 52.217-5 (Jul 1990) 3 Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). Option to Extend the Term of the Contract FAR 52.217-9 (Mar 2000) 3 (a) The Government may extend the term of this contract by written notice to the Contractor within 14 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 daysbefore the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years. The following clauses/provisions are hereby incorporated by reference. Clauses may be accessed on the Internet at http://farsite.hill.af.mil. Offeror Representations and Certifications -- Commercial Items (Aug 2009) -- FAR 52.212-3 Contract Terms and Conditions -- Commercial Items. (Mar 2009) - FAR 52.212-4 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Sept 2009) --FAR 52.212-5 In paragraph (a) the following clauses apply: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) In paragraph (b) the following clauses apply: X 52.219-6 Notice of a Total Small Business Set Aside X_ (19) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). _X_ (20) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (21) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). _X_ (22) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (23) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (25) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). _X_ (31) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (E.O. 13513). _X_ (35) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X_ (40) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). _X_ (43) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). X 52.204-10 Reporting Executive compensation and first tier subcontracting award Contract Terms and Conditions Required to Implement Statues of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2005) -- DFARS 252.212.7001 In paragraph (b) the following clauses apply: (1) __X_ 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181). 52.212-9000 CHANGES - MILITARY READINESS (MAR 2001) DLAD CLAUSES ADDED TO PART 12 BY ADDENDUM 252.201-7000 CONTRACTING OFFICER'S REPRESENTATIVE (DEC 1991) DFARS 52.202-01 DEFINITIONS (JUL 2004) FAR 52.203-03 GRATUITIES (APR 1984) FAR 52.203-05 COVENANT AGAINST CONTINGENT FEES (APR 1984) FAR 52.203-06 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006) FAR 52.203-07 ANTI-KICKBACK PROCEDURES (OCT 2010) FAR 52.203-08 CANCELLATION, RECISSION, AND RECOVERY OF FUNDS FOR ILLEGAL OR IMPROPER ACTIVITY (JAN 1997) FAR 52.203-10 PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY (JAN 1997) FAR 52.203-12 LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (OCT 2010) FAR 252.203-7001 PROHIBITION ON PERSONS CONVICTED OF FRAUD OR OTHER DEFENSE-CONTRACT-RELATED FELONIES (DEC 2004) DFARS 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (JAN 2009) DFARS 52.204-04 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d37081c82a8dbfa38d92a69fbc0e6c86)
- Place of Performance
- Address: HDI Federal Center, DCSO-B Issuing Office, 74 N. Washington Ave., Battle Creek, Michigan, 49037-3084, United States
- Zip Code: 49037-3084
- Zip Code: 49037-3084
- Record
- SN02682736-W 20120226/120224235122-d37081c82a8dbfa38d92a69fbc0e6c86 (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 |