Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2010 FBO #3087
SOLICITATION NOTICE

T -- Promotional Outreach product - LOGO SAMPLE

Notice Date
5/6/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
323114 — Quick Printing
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
 
ZIP Code
20229
 
Solicitation Number
DHS-10-20054382
 
Point of Contact
Karen R. Petty, Phone: 2023443951
 
E-Mail Address
karen.petty@dhs.gov
(karen.petty@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
LOGO SAMPLE This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-38. This announcement constitutes the only solicitation and a written solicitation will not be issued. This synopsis, NAICS code 323114, is to notify contractors that the government intends to issue a Purchase Order in accordance with FAR Part 13.106 for the following specifications, under the simplified acquisition procedures. This is set aside for small business concerns and will be awarded as a Firm Fixed Price Purchase Order. Prospective offerors are responsible for downloading the solicitation and any amendments. It is the offeror's responsibility to monitor Federal Business Opportunities' website for the release of any amendments to this solicitation. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. This solicitation is issued as a Request for Quote (RFQ) BACKGROUND: The U.S. Customs and Border Protection (CBP), under the Department of Homeland Security, i n addition to its work with other law enforcement agencies at the Federal level, the CBP staff actively reaches out to state and local law enforcement agencies, schools, summer camps, etc in an effort to learn and share best practices and increase the knowledge base for all. These outreach efforts take many different forms including lectures at the facility, observing other agencies' training programs, participating in other agencies' practical exercises, and speaking at local schools and community events. The outreach program is instrumental in helping the CBP create a positive presence in the Puerto Rico and US Virgin Islands community. OBJECTIVE/PURPOSE: This purpose of this requisition is to purchase outreach items. Including but not limited to items such as coolers, pens, pencils, rulers, beach balls among others. SCOPE: Vendor will provide promotional products with the Agency's logo and additional lettering if required. Some items that may be required (subject to change) are: Waterproof containers for passports, etc. Patriotic Badge Holders Twistable Highlighter/Pens Rectangle LED Light Key Chains Neon Pencils Canine Coloring Book with Crayons Notepads Aluminium Carabiner Key Chain (Dog Bone shape) Multi-purpose knife Brush with mirror Flourescent Highlighter CD cases Magnifiers Backpacks Travel Mugs Lunch Bags Drawstring backpack Sunglass pouch Sunglass holder Sport bottle Notebooks Rulers 12" Bike Bottles Calendars Flying Disks Plastic hand fans Cosmetic Bag Pens Dog bone stress reliever Wallets Whistle key holder Hand sanitizer key chains Items may change depending on the specific event. They will be ordered by Mission Support Personnel and must be delivered to the following addresses as indicated: PLACE OF PERFORMANCE : US Customs and Border Protection #1 La Puntilla Street San Juan, PR 00901 US Customs and Border Protection Federal Office Building 5500 Veterans Drive Room 248 St. Thomas, USVI 00801 US Customs and Border Protection Henry E. Rohlsen Airport St. Croix., USVI 00850 MINIMUM REQUIREMENTS: Items shall be delivered within the timeframe given with each delivery, on-time allowing the vendor sufficient time for printing and packaging. Time for printing, packaging and delivery will be 30 days. Proof's shall be submitted and approved by CBP personnel (to be determined) prior to each print to avoid typographical errors. Items required will vary according to special outreach events. Items are usually required during the school period August to May and summer camps sessions June and July. An average of 250 to 300 items each are ordered for each item selected. Logos and letter will be one of the below (See Attachment A if logo does not display properly): "CBP Securing America's Borders" Puerto Rico & USVI Report Drug Smuggling to U.S. Customs and Border Protection 1-800-BE ALERT PERIOD OF PERFORMANCE Base year - October 1, 2010 - September 30, 2011 Option Year One (1) - October 1, 2011 - September 30, 2012 Option Year Two (2) - October 1, 2012 - September 30, 2013 Option Year Three (3) - October 1, 2013 - September 30, 2014 Option Year Four (4) - October 1, 2014 - September 30, 2015 EVALUATION AND AWARD: Award. The Government intends to evaluate proposals and, if necessary conduct discussions with all responsible offerors within the competitive range. The award will be made to the offeror whose proposal conforms to the terms and conditions of the solicitation and award may be made to other than the lowest priced or the highest technically rated offer. Relative importance and trade-offs. The Government will base the determination of best value on performance, and the other evaluation factors identified elsewhere in this solicitation. The determination of best value also considers the relative importance of the evaluation factors. Technical factors are significantly more important than cost or price. It is pointed out, however, that should technical competence between offerors be considered approximately the same, then cost or price could become primary. CBP will base its award decision using a best value analysis that results in the most advantageous acquisition for the government. CBP's acquisition strategy used to obtain best value may result in an award to other than the lowest priced, technically rated offeror. Best value analysis spans a continuum from the lowest priced, technically acceptable proposal to those proposals in which tradeoffs between price, past performance, and each offeror's technical solution is evaluated. TECHNICAL EVALUATION FACTORS : 1) Promotional product quality 55% 2) Delivery timeframe guarantee 35% 3) Price 10% CCR: Vendors must be registered in the Central Contractor Register (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. You will need your Dun & Bradstreet number and banking information. QUESTIONS DEADLINE: All questions are to be submitted via email to Karen.Petty@dhs.gov no later than May 10, 2010, 12:00pm EST. QUOTATIONS DUE: All quotations are due, via email to: Karen.Petty@dhs.gov, no later than 5:00pm, EST on: May 13, 2010. PROVISIONS and CLAUSES: The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The following agenda has been attached to this provision: None. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items applies to this acquisition. The following agenda has been attached to the clause: None. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items applies to this acquisition. The following FAR clauses cited are applicable: FAR 52.217-8, FAR 52.217-9, FAR 52.222-35, FAR 52.222-36, and FAR 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Responses to this notice must be sent via email to: Karen.Petty@dhs.gov. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/DHS-10-20054382/listing.html)
 
Record
SN02142870-W 20100508/100506235459-d6f75130945bc58a2e37c115a10e776a (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.