MODIFICATION
75 -- JUST-IN-TIME OFFICE SUPPLY PRODUCTS FOR THE JOHNSON SPACE CENTER
- Notice Date
- 6/26/2014
- Notice Type
- Modification/Amendment
- NAICS
- 424120
— Stationery and Office Supplies Merchant Wholesalers
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
- ZIP Code
- 00000
- Solicitation Number
- NNJ14504092Q
- Response Due
- 7/10/2014
- Archive Date
- 6/26/2015
- Point of Contact
- David C. Nayles, Contract Specialist, Phone 281-483-4202, Fax 281-244-0995, Email david.c.nayles@nasa.gov - Yaranet G. Marquez, Contracting Officer, Phone 281-244-8562, Fax 281-244-6349, Email yaranet.marquez-1@nasa.gov
- E-Mail Address
-
David C. Nayles
(david.c.nayles@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS NOTICE CONSTITUTES AMENDMENT NO. 1 TO THE COMBINED SYNOPSIS/RFQ FOR JUST-IN-TIME OFFICE SUPPLY PRODUCTS FOR THE JOHNSON SPACE CENTER. Companies shall acknowledge all amendment(s) in their quote. This notice serves as the official amendment to subject synopsis/RFQ and a written amendment will not be issued. The purpose of this amendment is answer Offerors questions and issue a change to the solicitation (FAR 52.212-1 (APR 2014), INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS), item 11. The change it item 11 is addressed in Answer 13. Question 1 - Are we able to divide the bid? Answer 1 - Offerors shall submit an offer that addresses all the Governments requirements listed in the solicitation to be considered for award. As such, the requirement may not be divided. Question 2 - I assume this will be a multiple-awarded contract? Or will it be a single-awarded contract? Answer 2 - This solicitation will result in a single award to an Offeror whose quote will be most advantageous to the Government, with consideration given to the factors of TECHNICAL, PAST PERFORMANCE and PRICE. Question 3 - How will the bid response be evaluated? Answer 3 - Evaluation is addressed in, 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a), which states: The Government will award a contract to the responsible offeror whose 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: Technical, Past Performance, Price Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on the combination of the factors above. Question 4 - How much weight of the bid evaluation will be allocated for pricing? Answer 4 - See answer to #3. Question 5 - Why are there only 50 items listed in the solicitation? How were these 50 items chosen? Answer 5 - The Pricing Template was generated by selecting the most frequently purchased items from the current Just-in-Time contract. Question 6 - What percentage of these items represents your total spend? Answer 6 - The historical spend varies. The total expenditures for Year 5 (of the current JIT contract) were approximately $700,000 and of that total; 80% was spent on toner and copy paper. Question 7 - Why the stated demand (usage) for these items is so low and what do the quantities represent? Answer 7 - The pricing template is a sample of the most frequently purchased items. The template does not depict usage and the template does not represent a sample task order. Question 8 - What other items are there that makes up for the delta in forecasted annual contract volume? (Total usage is required to provide the best possible pricing). Answer 8 - Please see the solicitation and the Statement of Work for the types of supplies that will be purchased under this procurement. Question 9 - There is no framework pricing discount language (i.e. percentage discount from list pricing) for items procured outside the list of items provided; will there be an update provided? Answer 9 - There will be no additional update provided. Question 10 - What are the requirements for contractual price adjustment due to supplier related pricing increases over the duration of the contract term? Answer 10 - The pricing template for the most frequently purchased items, is firm for the first three (3) years of the contract.The Government will consider price adjustments prior to the exercise of Option Years 1 and 2, when new catalogs are released. Question 11 - The pricing template refers to Most Favored Customer Pricing. What if an Offeror is unable to disclose who their most favored customer is or what their pricing is, will an Offeror be disqualified from the bid? Answer 11 - The Government is not asking who the Offerors most favored customer is. The Government would not disqualify an Offeror as long as the final two (2) columns of the Pricing Template are filled in: Individual Price of Item after JSC Discount and Cumulative Total for Item. Question 12 - How much weight of the bid evaluation will be allocated for past performance? Answer 12 - The Government is not assigning weight to Past Performance. See answer to # 3. Question 13 - The delivery language states that deliveries are to be made with vendors own truck; however, it is more cost effective for our company to contract out the delivery of products under a Service Level Agreement (SLA) to best meet the requirements of the RFP. Moreover, most small vendors do not use their own trucks thus thereby potentially disqualifying many small vendors from this bid. Was that the intention? Accordingly, if an Offeror cannot comply with this requirement, will the Offeror be disqualified from the bid? Answer 13 - In accordance with the JIT solicitation, FAR 52.212-1 (APR 2014), INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS, item 11 has been changed: From Deliveries shall occur in a clearly marked, vendor-owned, vehicle only. To Deliveries shall occur in a vehicle clearly marked with company name; magnetic placards are acceptable. Question 14 - We have a courier company we have contracted with to deliver office supplies for us in and around the Houston metropolis. The driver would be able to apply for a security pass if we were to be awarded this contract. Would that meet your requirement for delivery? He also does desktop delivery. Answer 14 - In order to meet the Governments requirements an Offer shall provide a dedicated delivery driver and back-up delivery driver, who both meet minimum security clearance requirements for badging. Additionally, the driver must meet next day, desk top delivery. Question 15 - You state that there are approximately 50 orders per day, and the value of the contract is roughly $1 million per year. According to my math that would make each orders value around the $100 amount. Would that be accurate? Answer 15 - JIT delivery orders vary in quantity and price. The maximum contract value is $6,000,000 (including options). Question 16 - I see the list of items that you gave to quote, however it seems quite short.Are these just the most often purchased items? Answer 16 - The pricing template is based on the most frequently purchased items. Question 17 - Would it be possible to obtain the complete product list including usage for an entire year so we may have a better idea of what items are purchased and in what quantities other than the 50 item quote list? Answer 17 - The total expenditures for Year 5 (of the current JIT contract) are approximately $700,000 and of that total; 80% was spent on toner and copy paper. Question 18 - What percent of the $1M dollar annual budget is spent on following categories? 50 item quote list? Toner? Paper? Jan/San? Supplies? Answer 18 - Toner and copy paper represent approximately 80% of the JIT budget. The total expenditures for Year 5 (of the current contract) were approximately $700,000. Question 19 - Would you be interested in additional savings from soft costs? Answer 19 - This solicitation will result in a single award to an Offeror whose quote will be most advantageous to the Government, with consideration given to the factors of TECHNICAL, PAST PERFORMANCE and PRICE. The due date for receipt of offers is extended to July 10, 2014. Companies shall provide the information stated in the synopsis/RFQ posted on the NASA Acquisition Internet Service (NAIS) on June 11, 2014. Documents related to this procurement are available over the Internet. These documents reside on a World Wide Web (WWW) server which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/JSC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ14504092Q/listing.html)
- Record
- SN03408040-W 20140628/140626235531-66007e111ded222b19ce7843243d89e1 (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 |