Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 20, 2014 FBO #4499
SOLICITATION NOTICE

70 -- HSPD-12 PIV FIPS 201 Approved Badge Holders and Clips

Notice Date
3/18/2014
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
245 Murray Lane, SW, Washington, DC 20528
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-14-Q-00093
 
Response Due
3/24/2014
 
Archive Date
9/20/2014
 
Point of Contact
Name: Myrtle Miller, Title: Contract Specialist, Phone: 2024475581, Fax: 2024475545
 
E-Mail Address
myrtle.miller@dhs.gov;
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is HSHQDC-14-Q-00093 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 2005-72. The associated North American Industrial Classification System (NAICS) code for this procurement is 334118 with a small business size standard of 1,000.00 employees.This requirement is unrestricted 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 2014-03-24 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Special Shipping Instructions. The DHS Office of Procurement Operations (OPO) requires the following items, Brand Name or Equal, to the following: LI 001: HSPD-12 Personal Identification Verification (PIV) FIPS 201 Approved Badge Holders: Manufacturer is Logic First, LLC; Manufacturer Part No. is LGF001 with the requested specifications: Logic First Skim-Shield RIGID-2 Shielded Badge Holder; frosted polycarbonate plastic holder, top load, dual badge holder, no metal, GSA FIPS 201 approved, made in the USA. SPECIAL DELIVERY INSTRUCTIONS: Delivery of 50,000 pieces within 10 days ARO and remaining 50,000 pieces delivered not later than 90 days of the initial delivery., 100000, EA; LI 002: Badge Holder Clips (Vinyl Strap Clips): Manufacturer is Brady People; Manufacturer Part No. is 2105-5000 with the requested specifications: Nickel plated steel (NPS) alligator clip with clear vinyl strap. SPECIAL DELIVERY INSTRUCTIONS: Delivery of 50,000 pieces within 10 days ARO and remaining 50,000 pieces delivered not later than 90 days of the initial delivery., 100000, 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 Office of Procurement Operations (OPO) 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 Office of Procurement Operations (OPO) 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 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. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Offeror must be registered in the System for Award Management (SAM) database before an award can be with the Central Contractor Registry (CCR) or to receipt of order. Information can be found at www.ccr.gov Bid MUST be good for 45 calendar days after close of Buy. New equipment ONLY, NO remanufactured or "gray marked" items. All items must be covered by the manufacturer's warranty. (a) Definitions. As used in this clause-- (1) "Commercial," as applied to an item described in subsection (b) of this clause, means an item of supply, whether an end product or component, that meets the definition of "commercial item" set forth in (FAR) 48 CFR 2.101. (2) Component" means any item supplied to the Government as part of an end product or of another component. (3) End product'' means supplies delivered under a line item of this contract. (4) Non-commercial,'' as applied to an item described in subsections (b) or (c) of this clause, means an item of supply, whether an end product or component, that does not meet the definition of ?commercial item? set forth in (FAR) 48 CFR 2.101. (5) Qualifying country'' means a country with a memorandum of understanding or international agreement with the United States under which DHS procurement is covered. (6) United States'' includes the possessions of the United States. (b) The Contractor shall deliver under this contract only such of the following commercial or non-commercial items, either as end products or components, that have been grown, reprocessed, reused, or produced in the United States: (1) Clothing and the materials and components thereof, other than sensors, electronics, or other items added to, and not normally associated with, clothing and the materials and components thereof; or (2) Tents, tarpaulins, covers, textile belts, bags, protective equipment (such as body armor), sleep systems, load carrying equipment (such as fieldpacks), textile marine equipment, parachutes or bandages. (c) The Contractor shall deliver under this contract only such of the following non-commercial items, either as end products or components, that have been grown, reprocessed, reused, or produced in the United States: (1) Cotton and other natural fiber products. (2) Woven silk or woven silk blends. (3) Spun silk yarn for cartridge cloth. (4) Synthetic fabric or coated synthetic fabric (including all textile fibers and yarns that are for use in such fabrics). (5) Canvas products. (6) Wool (whether in the form of fiber or yarn or contained in fabrics, materials, or manufactured articles). (7) Any item of individual equipment manufactured from or containing any of the fibers, yarns, fabrics, or materials listed in this paragraph (c). (d) This clause does not apply-- (1) To items listed in (FAR) 48 CFR 25.104, or other items for which the Government has determined that a satisfactory quality and sufficient quantity cannot be acquired as and when needed at United States market prices; (2) To incidental amounts of cotton, other natural fibers, or wool incorporated in an end product, for which the estimated value of the cotton, other natural fibers, or wool is not more than 10 percent of the total price of the end product; or (3) To items that are eligible products per (FAR) 48 CFR Subpart 25.4. (End of clause.) Quoter is required to submit quantity 1 sample of the PIV HSPD-12 Badge Holder and Badge Holder Clip for evaluation and testing. The Contractor will be responsible for shipment of the sample to and from the Government. Send sample badge holder and clip to the following address: U.S. Dept. of Homeland Security, Attn. Myrtle Miller, Contract Specialist, Office of Procurement Operations, Dept. Operations Acquisition Div., 245 Murray Lane SW, Mailstop #0115, Washington DC 20528-0115. SAMPLES SHALL BE RECEIVED BY THE GOVERNMENT BY MARCH 26, 2014 INORDER TO BE CONSIDERED. Shipping must be free on board (FOB)Destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Packages weighing over 149 pounds, palletized or on a skid, destined for DHS Headquarters (HQ) Facilities in Washington, DC, Arlington, Alexandria or the Transportation Security Operations Center are required to undergo security inspections at the Federal Protective Service (FPS) Vehicle Inspection Facility (VIF) located at 300 12th St., SW, on the corner of 12th and C St., SW, Washington, DC. 20024, prior to making a freight delivery to the final shipping location (See ?FINAL SHIPPING ADDRESS? below). Upon inspection of freight (See ?INSPECTION INSTRUCTIONS REQUIREMENT FOR FREIGHT DELIVERY?), the Final Delivery Destination is: Department of Homeland Security, MGMT/ OCSO/0120, Bldg. 301, 7th & D Street, SW, Washington DC, 20407-0120 The purchase Order or Delivery Order will be awarded based upon "Lowest Price Technically Acceptable".
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-14-Q-00093/listing.html)
 
Place of Performance
Address: Special Shipping Instructions.
Zip Code: -
 
Record
SN03312976-W 20140320/140318234402-7238b0a21d6cf20a0c8dd8f442d75f96 (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.