Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2006 FBO #1852
SOLICITATION NOTICE

83 -- Backpack

Notice Date
12/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
314911 — Textile Bag Mills
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, National Acquisition Center, Intech Two, Suite 100 6650 Telecom Drive, Indianapolis, IN, 46278, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
20026821JC
 
Response Due
1/5/2007
 
Archive Date
2/28/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Description This is a 100% Total Small Business Set-Aside. This is a combined synopsis/solicitation Request for Quote (RFQP) (Solicitation Number 20026821JC) for a commercial procurement prepared in accordance with the format in FAR Subpart 12.6, and supplemented with additional information included in this notice. This announcement constitutes the solicitation. A written solicitation will NOT be issued. The National American Industry Classification code is 314911 with a business size code of 500 employees. This solicitation will be issued through Federal Business Opportunities (FedBizOps) website (www.fbo.gov). All future information will be distributed through the FedBizOps website. Customs and Border Protection, intends to award a Firm Fixed Price Requirements (with a Base Year and 2 Option Years), (no multiple awards) Purchase Order for the delivery of backpacks as specified below and which requires a delivery timeframe of 4 days from notice of requirement: Quote Schedule: Backpacks, IAW SOW, Base Year(2/1/07-9/30/07), Estimated Quantity 1,056 EA Unit Price$______________ Total Price$____________. Backpacks, IAW SOW, 1st Option Year(10/1/07-9/30/08), Estimated Quantity 1,650 EA Unit Price$__________ Total Price $__________. Backpacks, IAW SOW, 2nd Option Year (10/1/08-9/30/09), Estimated Quantity 1,800 EA Unit Price$_________ Total Price $__________. Total Estimated Value of Base and Two Option Years $_____________. Contractor must submit a sample backpack that meets the requirements of this solicitation. This sample backpack will be evaluated against defined requirements listed in this document (the sample backpacks will not be returned). If the backpack does not meet the requirements of this solicitation the contractors quote will not be considered. Statement of Work - Back Packs The Academy is scheduled to run approximately 22 CBPI training classes (48 students each) for the remainder of fiscal year 2007. The classes will operate for 17 weeks at a time. The contractor will be notified of the class requirement and be provided with 4 days to deliver the backpacks. The backpacks will need to hold over 75 pounds of training materials (books, manuals, clothing, kits, etc...). The following backpack requirements are the minimum standards: Item Description for Backpack Made in USA Size 17 1/2 inches X 13 1/2 inches X 7 Padded Shoulder Strap Leather Bottom Color: Black Material Content 1000-Denier Cordura Plus Nylon Nylon Ballistic Thread Double stitching is required throughout Zippered Front (2) & Side (1) Pockets, Thread Colors: Pantone YKK Vislon Zipper- teeth are made from delrin, the tape is polyester, vislon zipper is corrosion resistant, self-lubricating, and operates smoothly despite mud, sand, etc. Outside Zippered Pockets (2 zippered front pockets; one zippered side pocket) The Class Number will be embroidered at the time the task order is placed. CBP Point of Contact (POC) will provide the contractor the number of backpacks needed and Class Number. The contractor shall deliver the backpacks within 4 days of the order being placed. Each class number will be embroidered on backpack. The contractor will take back any backpacks CBP cannot use due to no shows and remove the class number and re-use the backpack for the next class (with no transportation costs to the Government). It is estimated that 1% of backpacks may be returned per class. The contractor shall provide 1-year warranty and replace/deliver at no charge to the Government, a new backpack to replace the defective backpack. Any backpack needing replacement shall be delivered within 48 hours of notification that a defective backpack is being sent back. The backpacks are to be delivered within 4 days of order to: Customs and Border Protection, FOA, FLETC, Attn: Emily Kitchen Townhouse 390C, Room 210, FLETC, Glynco, Georgia. Quotes and a Sample Backpack shall be submitted to: Customs and Border Protection 6650 telecom Drive Intech Two, Suite 00 Indianapolis, IN 46278-2010 Attn: John P. Callahan Quotes are due no later than 2:30 p.m. local time (Eastern) on January 5, 2007. This RFQ incorporates the following clauses and provisions. The effective dates of the provisions are the dates in effect at the date of issuance of this solicitation. The effective dates of the clauses are the dates in effect at the time of issuance of solicitation and then those at date of award. Provision 52.212-3, Representations and Certifications will be attached onto the FedBizOps website under this solicitation number. All provisions and clauses are listed in the Federal Acquisition Regulation (FAR) (http://farsite.hill.af.mil/vffara.htm), Federal Acquisition Circular (2005-14), dated 11/22/2006 and Homeland Security Acquisition Regulation (https://dhsonline.dhs.gov/portal/jhtml/dc/sf.jhtml?doid=39838), dated June 2006: 52.212-4-Contract Terms and Conditions-Commercial Items; Addendum to 52.212-4: 52.216-18 Ordering (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders or customer notification by the individuals or activities designated in the Schedule. Such orders may be issued from February 1, 2006 through September 30, 2007. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered issued when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule; 52.216-19 -- Order Limitations (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 2 backpacks, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor (1) Any order for a single item in excess of 75 backpacks; (2) Any order for a combination of items in excess of 150 backpacks; or (3) A series of orders from the same ordering office within 14 calendar days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract, the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 10 calendar days after issuance, with written notice stating the Contractors intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source; 52.216-21 ? Requirements ??(a) thru (d) ?? (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractors and Governments rights and obligations with respect to that order to the same extent as if the order were completed during the contract?s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after October 4, 2007; 52.232-18 - Availability of Funds; 52.217-8 - Option to Extend Services-The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of contract expiration; 52.217-9-Option to Extend the Term of the Contract: (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before 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 3 years; HSAR 3052.209-70-Prohibition on Contracts with Corporate Expatriates: 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items: 52.219-6 Notice of Total Small Business Set-aside; 52.222-21- Prohibition of Segregated Facilities; 52.222-26-Equal Opportunity; 52.222-35-Equal Opportunity for Special Disabled Veterans, Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36-Affirmative Action for Workers with Disabilities; 52.225-1-Buy American Act Supplies; 52.225-13-Restrictions on Certain Foreign Purchases; 52.212-1-Instructions to Offerors-Commercial; 52.212-3-Offeror Representations and Certifications-Commercial Items; 52.212-2-Evaluation-Commercial Items. Award will be based on pricing and past performance (contractor is required to submit three references with their quote. The references must list Point of contact, phone and fax numbers, address, and approximate value of agreement.). Upon determination that the Sample backpack meets all requirements stated above and is determined acceptable, award will be based on Price and Past Performance ratings with Price being rated higher than Past Performance. The Base and Option years will be evaluated for award, but Options Years are not then mandated to be exercised. First delivery will be required on February 1, 2007. The following is required to be embroidered at the Top & Centered on the back of each Backpack. Thread Color: White. Department of Homeland Security Seal (3 1/4 inches in diameter-colors as assigned to the Department of Homeland Security Seal): CBP FIELD OPERATIONS ACADEMY CBPI-0701 (Note: The class number CBPI-0701 will change with every class. Lettering will equal .4 inches in height) DHS Seal
 
Place of Performance
Address: Customs and Border Protection, FOA, FLETC,, Attn: Emily Kitchen, Townhouse 390C, Room 210, FLETC,, Glynco, Georgia.,
Zip Code: 31524
Country: UNITED STATES
 
Record
SN01200212-W 20061222/061220220341 (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.