Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2012 FBO #3872
SOLICITATION NOTICE

93 -- Ballistic Resistant Panels - Package #1

Notice Date
6/29/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Contracts and Procurement, 200 West Parkway Drive - Suite 300, Egg Harbor Township, New Jersey, 08234, United States
 
ZIP Code
08234
 
Solicitation Number
HSTS07-12-R-00078
 
Archive Date
7/27/2012
 
Point of Contact
Alisha M. Willis,
 
E-Mail Address
alisha.m.willis@secureskies.net
(alisha.m.willis@secureskies.net)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 1 Price/Cost Schedule This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.106, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and no additional written solicitation will be issued. This solicitation is issued as a request for proposals. Please reference solicitation number HSTS07-12-R-00078 on all correspondence. This solicitation is being issued as a Total Small Business Set-Aside. The North American Industry Classification System (NAICS) is 339113/Personal Safety devices, not specified elsewhere, manufacturing, and the size standard is 500 employees. The proposed contract will be for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) on a firm fixed price basis. This combined synopsis/solicitation is for the purchase of Ballistic Resistant Panels, 11X16” panels that meet the National Institute of Justice (NIJ) standard 0108.01 (Ballistic Resistant Protective Materials) for Level IIIA, with black cordura covers stitched closed with serial labels sewn onto covers (see below for Technical specifications). Please note: 1.Two Ballistic Resistant Panels that meet NIJ standard 0108.01 for level IIIA must be capable of being inserted into one (1 ea) Pelican Case 1500 as follows: one on the top inside lid and one on the bottom inside the case. See below for the Technical Factors. 2.For all proposed products supporting documentation shall be provided with response to this synopsis/solicitation. Failure to comply with this and all other terms and conditions here in shall render the proposal unresponsive and exclude the offer from competition. 3.The delivery and shipping is as follows: Atlantic City, NJ. A complete shipping address shall be provided to the successful offeror upon issuance of award. 4.The anticipated award is less than 30 days from response due date and time, Thursday- 12 July 2012 at 1 PM EST. FAR 52.212-1 Instructions to Offers -- Commercial Items (June 2008) applies to this acquisition. Addendum to 52.212-1: c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. FAR 52.212-2- Evaluation-Commercial Items (Jan 1999) The Government anticipates award one firm fixed price five-year Indefinite Delivery Indefinite Quantity (IDIQ) resulting from this solicitation to the responsible offeror whose offer conforming to solicitation will be most advantageous to the Government, price and other factors considered. All proposals will be evaluated on a low price technically acceptable (LPTA) basis. To receive consideration for award, a rating of no less than “Acceptable” must be achieved for the Technical Approach factor and satisfactory Past Performance. Proposals that do not respond to all requirements in the solicitation may be rejected without further evaluation, deliberation, or discussion. The Government may reject any proposal that is evaluated to be significantly not compliant with the solicitation requirements, or reflects a failure to comprehend the complexity and risks of the work to be performed. The Government reserves the right to award without discussions with Offerors. Technical Factors The proposal will be evaluated on a pass/fail basis to determine whether the Offeror’s proposed product’s ability to meet the minimum stated requirements specified herein. The proposal will be evaluated to determine the extent to which it provides an effective, efficient, and achievable method for accomplishing the work to be performed within the required timeline. The Government will assess the proposed product’s ability to meet/exceed the stated minimum requirements, as well as the comprehensiveness of the proposed warranty. The design and features of the proposed product shall be thoroughly described. Any claims of features or capabilities that exceed the minimum requirements shall be fully supported. The Offeror shall detail the proposed ballistic resistant panel warranty. The technical evaluations will be conducted to ensure samples are in conformance with all specified requirements. Samples must achieve a no less than acceptable rating and failure to meet any or all requirements, as stated in this solicitation, shall render the sample technically unacceptable and shall be removed from competition to include further consideration for award. Proposed products shall comply with all technical requirements herein to ensure compatibility and durability to be inserted in Pelican Cases 1500. The following are the required technical requirements: A.The ballistic resistant panels, with black cordura cover (stitched closed) shall be rectangular in shape and measure 11” X 16”. B.The black cordura covers shall include individual serial labels sewn onto them. The individual labels shall include the Vendor’s identifying information, part number, serial number, lot number, threat level, date of manufacture, care information, and manufacturer’s warranty. Consult NIJ Standard 0108.01, 4.3 Labeling Requirements for example of inclusive information. C.The ballistic resistant panels shall be a maximum thickness of.300” with a maximum areal density of 1.1 lbs/sqft. D.Vendor must provide supporting documentation verifying that the ballistic resistant panels have been tested at an independent, NIJ approved laboratory in accordance with NIJ standard 0108.01. Vendor must provide documentation certifying that the ballistic panels meet or exceed all requirements for threat level IIIA. E.The Government requests a 1 each sample (at no cost to the Government) prior to and/or no later than proposal submission due date and time. The sample shall be used for technical evaluation and testing purposes and therefore shall not be returned. Samples can be sent to the following address: Attention: Toshia Rollins, 200 West Parkway Drive, Egg Harbor Township, NJ 08234. Delivery Schedule: The Offeror shall provide its production lead time (measured from date of delivery order award to the receipt of the first shipment), as well as the maximum quantity of ballistic resistant panels that can be delivered per month. See Attachment 1: Delivery Schedule. Offerors shall include proposed delivery schedule. The Government encourages a less than 30 day delivery schedule, however requires a no later than 30 day delivery. Past Performance The Government will assess the relative risks associated with an Offeror’s likelihood of success in performing the solicitation’s requirements as indicated by that Offeror’s record of past performance. The Government will conduct a risk assessment based on the quality and relevancy of the Offeror’s past performance, as it related to the probability of successful accomplishment of the effort required by the RFP. Greater value will be given to experience which is most similar and clearly demonstrates exceptional performance with a high level of customer satisfaction. The Government may, at its discretion, obtain and evaluate information from sources other than those provided by the Offeror. Where no relevant and/or past performance record is identifiable, a neutral rating shall be assigned, having no positive or negative evaluation significance. The Offeror shall list and describe three (3) federal, state and local government and private contracts that have been performed within the past three (3) years that are similar in size, scope, and complexity of this acquisition. For the projects described, the contractor shall include contracting and technical points of contact (POCs) with current phone numbers and titles, task dollar value, and total days to complete the project (measured from contract award date to final acceptance by customer) to allow the Government to verify experience and past performance information contained in the proposal. The description shall also include a brief narrative of the objectives achieved, and the reason(s) for any shortcomings experienced and any corrective actions taken to avoid recurrence of that shortcoming. The Government may contact those references during the evaluation process to verify relevant experience and level of performance. The Government may, at its discretion, obtain and evaluate information from sources other than those provided by the Offeror. For all past performance information, the Offeror shall ensure that the company names, names of points of contact, e-mail addresses, and telephone numbers are current. The Government will not make repeated efforts to contact the references if the information is incorrect. Price Factors The Government will evaluate price by multiplying the maximum quantity for each quantity range by the corresponding unit price. The totals for each quantity range within each ordering year will be added to establish the total evaluated price. The total evaluated price is for evaluation purposes only and should not be confused with the maximum ordering ceiling for the resulting contract. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced or are unreasonably high or low. The Offeror shall provide the pricing by providing a unit price for each range quantity for all five years. See Attachment 2: Pricing Schedule for additional information and line item quantities. Offerors are cautioned that all range quantities for each year must have a corresponding unit price. Failure to do so will result in the Offeror being determined as nonresponsive. The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (Aug 2009), with its proposal. An offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual reps and certs electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. The following clauses are also applicable to this acquisition: 52.252-2 Clauses Incorporated by Reference (Feb 1998) This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make their full text available. Also, the full text of a clause may be accessed electronically at http://www.arnet.gov 52.204-7 Central Contractor Registration (Apr 2008) 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009) applies to this acquisition. 52.212-3, Offeror Representations and Certifications 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Sep 2009) applies to this acquisition. The following clauses under subparagraph (b) apply: 52.216-18. Ordering, from: 30 June 2012-29 June 2017 52.216-22, Indefinite Quantity 52.219-6 Notice of Total Small Business Set-Aside (June 2003) (15 USC 644) 52.219-28 Post Award Small Business Program Re-representation (Apr 2009) (15 USC 632(a) 2 52.222-3, Convict Labor (June 2003) (EO 11755) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (EO 13126) 52.222-20, Walsh-Healey Public Contracts Act (Oct 2010) 52.222-21, Prohibition of Segregated Facilities (FEB 1999) 52.222-26, Equal Opportunity (Mar 2007) (EO 11246) 52.222-35 Equal Opportunity for Veterans (Sep 2010) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-54 Employment Eligibility Verification (Jan 2009) 52.225-1, Buy American Act- Supplies 52.229-3, Federal, State, and Local Taxes (Apr 2003) 52.232-33, Payment by Electronic Funds Transfer, Central Contractor Registration (OCT 2003) 52.232-38, Submission of Electronic Funds Transfer with offer (May 1999) 52.232-38, Submission of Electronic Funds Transfer with offer (May 1999) 52.233 -1, Disputes (July 2002) 52.233 – 3, Protest After Award (Aug 1996) 52.233 -4, Applicable Law For Breach Of Contract Claim (Oct 2004) HSAR3052.225-70, DHS Clause-American Recovery and Reinvestment Act (ARRA) Additionally, offerors are advised that the following clause will pertain to any contract award: Release of Information: The Contractor shall not disclose, advertise, or release information about this contract to any individual or organization without prior written approval from the Contracting Officer. Proposal Submission Guidelines The Offeror shall submit a proposal which responds to the RFP requirements, presents the Offeror’s capabilities, and is comprehensive enough to provide a substantive basis for evaluation by the Government. The Government will neither assume nor consider anything that is not specifically addressed; therefore, submissions should be sufficiently detailed to permit a complete and accurate evaluation. All proposal submissions shall be capable of being printed on 8.5 x 11 inch paper with one-inch margins (top, bottom, left and right) and a 12 point Arial font. Line spacing shall be set at no less than single space. Tables, drawings, charts, and header/footer information shall be 10 point Arial font or larger. For tables, charts, and drawings, landscape orientation is permitted. Microsoft Office Professional 2000 or later shall be used to create the files (PDF files are also acceptable). Any documents requiring signature shall be scanned and submitted as part of the proposal. The proposal shall be segmented into four volumes: 1. Technical Approach, 2. Past Performance, 3. Price, and 4. Offeror Representations and Certifications. The Technical Approach volume of the proposal shall be limited to 8 pages; the Past Performance volume shall be limited to 3 pages. Page numbers, company logos, and headers and footers may be within the page margins ONLY, and are not bound by the font requirements. Pages that exceed the margin, font, line spacing, or total page limit will be deleted and will not be evaluated. Pages deleted due to violation of the margin, font, or line spacing restrictions will not count against the page limitation. Page count will not be based upon the number of pages printed but rather dictated by the number of pages in a print layout view in the application based upon the above-prescribed document settings. Counting pages in the order they appear for viewing will make up the page count. Page count limitations do not include drawings or illustrations which are essentially text free, nor will it include the Price volume or the Representation and Certifications. Page count limitations will include all tables and charts. Late proposals (to include samples) shall not be considered; it is the responsibility of the Offeror to ensure their entire proposal and sample are received, on time and in accordance with these instructions. The Government will provide a response confirming receipt of all emailed proposals. If this response is not received, it is the Offeror’s responsibility to follow-up with the intended recipients prior to the closing date and time to ensure the proposal and sample has been received or to troubleshoot any potential issues in the event that the proposal and sample was not received. No requests for clarifications or questions concerning this solicitation will be provided in response to telephone calls. Formal communications such as requests for clarification and/or information or questions concerning this solicitation should be submitted via email. Questions concerning this solicitation must be furnished in writing to toshia.n.rollins@secureskies.net no later than 2 calendar days before the close of the Request for Proposal. The due date and time for the proposal submission is THURSDAY, JULY 12, 2012, 1:00 PM EST and shall be emailed to toshia.n.rollins@secureskies.net and alisha.m.willis@dhs.gov. The Government reserves the right not to award a contract in response to this solicitation if it determines that none of the offers received provide the best value to the Government. In such a case, the Government will not be liable for any bid or proposal costs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/TSAFAMS/HSTS07-12-R-00078/listing.html)
 
Place of Performance
Address: Atlantic City, New Jersey, 08234, United States
Zip Code: 08234
 
Record
SN02790484-W 20120701/120629234841-3380b44377f0f1e4036599393ef64efd (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.