SOLICITATION NOTICE
93 -- Outdoor Range Aircraft Seats
- Notice Date
- 8/26/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325211
— Plastics Material and Resin Manufacturing
- Contracting Office
- Department of Homeland Security, Transportation Security Administration, Contracts and Procurement, William J. Hughes Technical Center, Atlantic City International Airport, Atlantic City, New Jersey, 08405
- ZIP Code
- 08405
- Solicitation Number
- HSTS07-08-R-00090
- Response Due
- 9/9/2008
- Archive Date
- 9/24/2008
- Point of Contact
- C. Michelle Carney,, Phone: 609-813-3376, Debra Stuart,, Phone: 609-813-3361
- E-Mail Address
-
charlotte.carney@dhs.gov, debra.stuart@dhs.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined solicitation/synopsis for commercial items prepared in accordance with Federal Acquisition Regulations 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 HSTS07-08-R-00090, which is issued as a Request for Proposal (RFP). This requirement is a total small business set aside acquisition. The North American Industry Classification Code (NAICS) is 325211 – Plastics Material and Resin Manufacturing. The Transportation Security Administration has a requirement for plastic, or other similar cleanable type material, molded outdoor range aircraft seats, in the dimensions of standard economy and first class aircraft seats that are non-porous and able to be easily cleaned by water hose and/or being wiped down with soap and water, for the Federal Air Marshal Training Center in Atlantic City, NJ. Aircraft seats with fabric cushions leave a residue from training ammunition that is not easily removed by light cleaning. It has been determined that washable seating replace current fabric covered aircraft seating used in the training environments. The following performance requirements must be considered in design and subsequent manufacture of completed range seats: •Product shall be of such a design as to be formed in like dimensions of commercial aircraft seating, specifically standard economy and first class •Finished seat shall be manufactured with a preferred texture to the material, to eliminate excessive sliding or skidding in the seat, seat back and arm rest areas and of such that it is easily cleaned by soap and water •Product material is preferred to be manufactured from not less than 50 percent recycled material •Finished seat must be sturdy and able to accommodate a seated individual weighing up to 300 lbs •Finished seat must be fitted with airline standard or similar seat belts and fit into airline industry standard seat floor tracking •Finished seat must accommodate removable locking casters, be stackable and movable via forklift This synopsis/solicitation is for proposals for ONE prototype seat; the Government may award multiple contracts for prototypes. The Government reserves the right to obtain material samples from each offeror at no cost to the Government. The solicitation incorporates one or more clauses by reference, with the same force and effect as if given in full text. Full text of a clause may be accessed electronically at www.arnet.gov/far. The following provisions in Federal Acquisition Regulation (FAR) apply to this acquisition. The provision at FAR 52.212-1, Instructions to Offers Commercial Items (June 2008) and the clause at FAR.52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007) apply to this acquisition. FAR 52.212-2, Evaluation-Commercial Items (JAN 1999) applies to this acquisition. Additional clauses applicable to this acquisition are listed later in this document. At a minimum, offerors proposals shall include the following sections: Technical Approach, Past Performance references, and Price. The proposals will be evaluated using the factors as follows: (a) Technical Factors (1) Technical Approach. Technical capabilities as demonstrated in the written technical proposal, as well as submitted drawings and/or schematics of the items being proposed, will be evaluated to determine the Offerors understanding the requirements listed in this solicitation. (2) Past Performance History. The offerors proposal shall include a minimum of (2) past performance references for similar items the offeror has provided. Verified/current points of contact shall be provided for each reference to allow the Government to speak with references about the nature and quality of service required. (b) Price Factors Offerors shall provide pricing to cover design, manufacture and delivery (FOB Destination-Atlantic City, NJ 08405) of ONE finished prototype unit. Contractor will be permitted to bill one time after all items are shipped complete. All evaluation factors, when combined, are more important than price. The Government will award a contract, or multiple contracts, resulting from this solicitation only if it can be determined that the responsible offerors proposal, conforming to the solicitation, will provide the most advantageous solution to the Government requirement, considering price and other factors. 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. Award may be made only to a contractor who has registered with the Central Contractor Registration prior to contract award. You can register at the CCR website: http/www.ccr.gov. To be eligible for award, offerors must provide a completed copy of the provision FAR 52.212-3, Offerors Representations and Certification - Commercial Item (June 2008). To obtain a copy, please email Contract Specialist Charlotte.Carney@dhs.gov or utilize the attachment on this synopsis. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (June 2008) applies to this acquisition. The following clauses listed in 52.212-5 (b) and (c) are included by reference: 52.225-1 Buy American Act – Supplies (June 2003), 52.225-13 Restrictions on Certain Foreign Purchases,, 52.222-3, Convict Labor (June 2003); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008); 52.222-21, Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26, Equal Opportunity (Mar 2007); 52.222-35 Equal Opportunity for Special Disabled Veterans (Sep 2006); 52.222-36, Affirmative Action for Workers with Disabilities (JUNE 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans (Sep 2006), FAR 52.232-33, Payment by Electronic Funds Transfer, Central Contractor Registration (OCT 2003), FAR 52.232-38, Submission of Electronic Funds Transfer with offer (May 1999). 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. The date and time for the submission of proposals is 3:00 PM, EST, September 09, 2008. Proposals shall be signed, shall reference the RFP Number HSTS07-08-R-00090 and shall be sent to the attention of C. Michelle Carney, DHS - Contracts & Procurements Branch, 200 West parkway Drive, Suite 300, Egg Harbor Township, NJ 08234. Proposals will be accepted via e-email, mail or fax provided they are received by the time and date established for receipt of proposals. Faxed proposals may be sent to Ms. Carney at (609) 813-3394 or email Charlotte.Carney@dhs.gov. It is the responsibility of the offeror to ensure timely receipt of their proposal by the Government’s contracting office. Any questions regarding this requirement may be submitted in writing to Ms. Carney via the same fax number or email no later than September 3, 2008.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2e63f981894025afd4d8214f5c8ed8e7&tab=core&_cview=1)
- Place of Performance
- Address: William J Hughes Technical Center, Atlantic City Airport, New Jersey, 08405, United States
- Zip Code: 08405
- Zip Code: 08405
- Record
- SN01651936-W 20080828/080826230421-2e63f981894025afd4d8214f5c8ed8e7 (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 |