MODIFICATION
72 -- Anti-Fatigue Floor Mats - Amendment 4
- Notice Date
- 5/9/2012
- Notice Type
- Modification/Amendment
- NAICS
- 326192
— Resilient Floor Covering Manufacturing
- Contracting Office
- Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 20598, United States
- ZIP Code
- 20598
- Solicitation Number
- HSTS04-12-Q-CT2042
- Point of Contact
- Kurt D Allen, Phone: 571-227-4128
- E-Mail Address
-
kurt.allen@dhs.gov
(kurt.allen@dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Question and Answer Tracker BPA Terms and Conditions for Anti-Fatigue Floor Mats 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. The solicitation number is HSTS04-12-Q-CT2042. This Request for Quotation (RFQ) is issued for a Blanket Purchase Agreement (BPA) for Anti-Fatigue Floor Mats. Offerors are requested to review the attached BPA Terms and Conditions and complete the Quote Fill in Table attachment. The Quote Fill in Table represents the offerors quote submission. Supporting literature is requested to be provided. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58. This acquisition is 100% set-aside for small business concerns. The North American Industry Classification System (NAICS) number is 326192. Small Business size standard is 750 employees. List of contract line item number(s): See attached BPA Terms and conditions. Description of requirements for the items to be acquired: See attached BPA Terms and conditions. Date of Delivery: See attached BPA Terms and Conditions. Place of delivery and performance: See attached BPA Terms and conditions. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition, however no alternative terms and conditions or commercial items outside those specified in the attached BPA Terms and Conditions will be considered. The provision at 52.212-2, Evaluation -- Commercial Items, does not apply. The evaluation process used is Lowest Price Technically Acceptable. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition with the following additional FAR clauses cited in the clause: _X_ (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). _X_ (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) _X_ (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). _X_ (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). _X_ (32) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). _X_ (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). _X_ (39) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). _X_ (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). _X_ (42) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). Attachments provided are: BPA Terms and Conditions, Quote Fill in Table - Nitrile, and Quote Fill in Table - Polyurethane, as well as a Question and Answer Tracker. A split award is contemplated, wherein one BPA will be awarded for Nitrile Anti-Fatigue Floor Mats and one for Polyurethane Anti-Fatigue Floor Mats. Award for each will be made on the basis of the lowest total evaluated price of quotes meeting or exceeding the acceptability standards for non-cost factors. Offerors may elect to submit pricing for one or both specifications. Quotes are due 24 May 2012, 3pm EST. All questions shall be submitted no later than 16 May 2012, 3pm EST and must be submitted in writing via email to the primary point of contact identified below. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2012-04-24 12:12:05">Apr 24, 2012 12:12 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2012-05-09 13:29:16">May 09, 2012 1:29 pm Track Changes Amendment 001 - The attached document entitled "BPA Terms and Conditions for Anti-Fatigue Floor Mats" has been amended to reflect changes made to Sections 3 and 7, (Specifications and Delivery). Changes are in bold. Amendment 002 - The attachment "BPA Terms and Conditions for Anti-Fatigue Floor Mats" and "Quote Fill in Table - RFQ HSTS04-12-Q-CT2042" have been amended to reflect changes made to Sections 3 and 12 (Specifications and Evaluation Factors for Award, respectively). Changes are in bold. The closing date and time remain unchanged. Amendment 003 - The attachment "BPA Terms and Conditions for Anti-Fatigue Floor Mats" has been updated to reflect the split award strategy between Nitrile and Polyurethane ant-fatigue floor mats. As such, a Quote Fill in Table is now established for both Nitrile and Polyurethane anti-fatigue floor mats. Quotes are now due 24 May 2012, 3pm EST. Amendment 004 - The attachment "BPA Terms and Conditions for Anti-Fatigue Floor Mats" has been updated to reflect changes made to the Section 3 Specifications. This amendment also provides the Question and Answer Tracker as an attachment.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS04-12-Q-CT2042/listing.html)
- Record
- SN02743464-W 20120511/120509235414-73c61c4272e345e58f0151c4af4d0417 (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 |