Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2011 FBO #3555
SOLICITATION NOTICE

G -- Badges & ID Cases - Package #1

Notice Date
8/17/2011
 
Notice Type
Cancellation
 
NAICS
316993 — Personal Leather Good (except Women's Handbag and Purse) Manufacturing
 
Contracting Office
Federal Motor Carrier Safety Administration (FMCSA) - Headquarters FMCSA
 
ZIP Code
00000
 
Solicitation Number
DTMC75-11-Q-00085
 
Archive Date
9/8/2011
 
Point of Contact
Rubie B. King, Phone: 2023660518, Melinda Riddick, Phone: 2023667505
 
E-Mail Address
Rubie.King@dot.gov, melinda.riddick@dot.gov
(Rubie.King@dot.gov, melinda.riddick@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Photo SF18 U.S. Department of Transportation Office of Acquisitions Management 1200 New Jersey Avenue S.E. Washington, DC 20590 Federal Motor Carrier Safety Administration Date: 8/16/2011 To: GSA Vendors Subject: Request for Quotation (RFQ) No. DTMC-75-11-Q-00085 to establish a Blanket Purchase Agreement (BPA) under the General Services Administration (GSA) Federal Supply Schedule (FSS) for Badges and Badge Holder Cases for the Federal Motor Carrier Safety Administration (FMCSA) Management Field Operations (MC-F) Office. The contract will consist of a base year, extending one full year from the date of award, and four (4) additional one full year options, for potential total contract duration of five (5) years from contract award date. FMCSA invites your company to submit a quote in accordance with your GSA Schedule. The purpose of this Blank Purchase Agreement (BPA) type contract is to provide the United States Department of Transportation (DOT), Federal Motor Carrier Safety Administration (FMCSA) with the ability to support credential requirements as follows: Provide a finished product (Badge and Badge Holder Case) to FMCSA Headquarters Program Manager (Chief, Emergency Preparedness and Security) as described is the enclosed Standard Form (SF 18) and Statement of Work (SOW). The Government intends to award a single BPA to the Offeror who represents the best value to the Government. Calls issued against the resulting BPA will be awarded with a Firm Fixed Pricing arrangement. The BPA will be awarded with a twelve (12) month Base Period and four (4) twelve month Options Periods. QUESTIONS Any questions or concerns regarding any aspect of this RFQ shall be forwarded to Melinda.Riddick@dot.gov within five calendar days of the receipt of this RFQ. PROPOSAL SUBMISSION OR NO BID The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Offerors are advised to carefully review all attachment included with this letter. Your company's response must comply with all specifications described in the SOW in order to be considered for award. In the event your company declines to submit a response to this solicitation, please email the Contract Specialist that you will not be submitting a quote and the reason(s) why, within one business day after receipt of this RFQ. This RFQ shall not be considered direction to proceed with the subject effort, nor a promise of future direction to proceed. Offeror's are solely responsible for this RFQ's submission cost. Sincerely, Rubie B. King Contracting Officer Attachments Attachment 1 - Proposal Instructions Attachment 2 - Schedule of Supplies and Services Attachment 3 - Clauses ATTACHMENT 1 PROPOSAL INSTRUCTIONS Request for Quotations (RFQ) Preparation, Instructions, and Evaluation Criteria For Solicitation Number DTMC-75-11-D-00006 Part I General Instructions •1) Quotes are expected to conform to the RFQ provisions and be prepared in accordance with this section. To aid in this evaluation, the quotation should be clearly and concisely written. All pages shall be appropriately identified with the name of the Offeror, date, and Solicitation number. •2) Prices are to be based on Freight on Board (F.O.B.) destination only. Offerors are requested to submit prices based on estimated quantities reflected. Offerors will be evaluated at the maximum quantities specified. The Government reserves the right to make an award on initial offers received; therefore, the best offer should be submitted. •3) Responses to this Solicitation shall be emailed to Melinda.Riddick@dot.gov on or before 2:00 p.m. on August 24, 2011. In the event that your company declines to submit a quote, please indicate this via-email to the contract specialist. Offerors are also required to mail one signed original and one copy of their proposal to: Melinda Riddick, Contracts Specialist U.S. Department of Transportation Federal Motor Carrier Safety Administration Office of Acquisition Management 1200 New Jersey Ave., SE, 6 th Floor RM W66-448 Washington, D.C. 20590-0001 Any questions or concerns regarding any aspect of this RFQ shall be forwarded to Melinda.Riddick@dot.gov within five calendar days of the receipt of this RFQ. Part II Overall Arrangement •1. VOLUME I: BUSINESS PROPOSAL Volume I, Offer and Other Documents, Business Proposal consists of the actual offer to enter to a contract to perform the desired work. It also includes required representations, certifications and acknowledgements: justifications for noncompetitive subcontracts; identification of technical data to be withheld; and any other administrative information. Please provide the Offeror's DUNS number, CAGE code, GSA Schedule number and a copy of the Terms and Conditions of the GSA Schedule. Format and Content : Business Proposal - Volume I shall include the following documents: •a) The Quotation Form (Standard Form 18). Include one originally signed form and one copy •b) Acceptance Period - The acceptance period entered on the Quote Form shall not be less than 30 days •c) Signature Authority - The person signing the Quote Form must have the authority to commit the Offeror to all of the provisions of the quote, fully recognizing that the Government has the right, by the terms of the RFQ, to make an award without further discussion if it so elects. •d) The contractor shall deliver 2 units of each line item within 30 calendar days from the date of this contract to the Government for first article tests. •e) Offerors shall submit the following information with its technical proposal: •· Business Size •· Federal Tax Identification Number •· Dunn & Bradstreet Number •· GSA Schedule Contract Number and expiration date •· Payment Terms •· Mailing Address Part III Evaluation Criteria Basis for Award (a) The Government shall award a contract based upon an integrated assessment of the technical proposal, past performance, and price. This selection shall be conducted in accordance with the Federal Acquisition Regulation (FAR). A contract may be awarded if the proposal is deemed responsible in accordance with the FAR and conforms to the solicitation requirements (to include all stated terms, conditions, representations, certifications, technical requirements, and all other information required by this solicitation) and is judged, based on the evaluation factors to represent the best value to the Government. The Government reserves the right to award without discussions. (b) The Government reserves the right to award to an Offeror with other than the lowest price offer or other than the highest technically rated offer. ATTACHMENT 2 SCHEDULE OR SUPPLIES AND SERVICES AND PRICES/COST The FMCSA solicits your quotation to provide a finished product (Badge and Badge Holder Case) to FMCSA Headquarters Program Manager (Chief, Emergency Preparedness and Security), The following represents the contract line item structure for this acquisition: SCHEDULE OF SUPPLIES/SERVICES Summary Table (totals) Base Year 800 units each Option Year 1 100 units (estimated) Option Year 2 100 units (estimated) Option Year 3 100 Units (estimated) Option Year 4 100 Units (estimated) Clauses: FAR 52.214.4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items FAR 52.232-1 Payments FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.243-1 Changes-Fixed Price FAR 52.224-1 Privacy Act Notification FAR 52.224-2 Privacy Act (APR 1984) FAR 52.204-7 - Central Contractor Registration (APR 2008) 52.217-8 - Option to Extend Services FAR 52.217-9 Option to Extend the Term of the Contract The following Transportation Acquisition Regulation (TAR) clauses will be incorporated by reference. TAR 1252.242-73 Contracting officer's technical representative. As prescribed in (TAR) 48 CFR 1242.7000(d), insert the following clause: CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (OCT 1994) (a) The Contracting Officer may designate Government personnel to act as the Contracting Officer's Technical Representative (COTR) to perform functions under the contract such as review and/or inspection and acceptance of supplies, services, including construction, and other functions of a technical nature. The Contracting Officer will provide a written notice of such designation to the Contractor within five working days after contract award or for construction, not less than five working days prior to giving the contractor the notice to proceed. The designation letter will set forth the authorities and limitations of the COTR under the contract. (b) The Contracting Officer cannot authorize the COTR or any other representative to sign documents (i.e., contracts, contract modifications, etc.) that require the signature of the Contracting Officer. Contracting Officer's Technical Representative: Mike Filiaggi U. S. Department of Transportation/FMCSA 1200 New Jersey Avenue, SE Washington, DC 20590 (End of clause) INVOICE INSTRUCTIONS The Contractor shall submit monthly invoices (original and one copy) to the following address (the final invoice shall be annotated as "FINAL INVOICE"): Federal Express: MIKE MONRONEY AERONAUTICAL CENTER AMZ-150/ FMCSA 6500 S. MacArthur Blvd. Oklahoma City, OK 73169 Regular Mail: DOT/FMCSA MMAC, AMZ-150 PO Box 26230 Oklahoma City, OK 73125 Fax: (405) 954-1270 FMCSA Attention: Leslie Frazier Email: 9-AMC-AMZ-FMCSA-Invoices@faa.gov The Contractor shall provide a copy marked "COPY" to the following address: Federal Motor Carrier Safety Administration Acquisition Management Division Suite W66-495 MC-MBA 1200 New Jersey Ave, SE Washington, DC 20590 1.) The Contractor shall assure that the invoice includes the following information: i. Name and address of contractor as it appears on the contract. If the contract is assigned to a bank, also show "CONTRACT ASSIGNED" below the name and address of the contractor. ii. Invoice date and invoice number. (Contractor should date invoice as close as possible to the date of mailing or transmission.) Invoices shall not be dated more than one day prior to submission. iii. Contract number, and when applicable, the Order number as shown on the award document and/or other authorization for supplies delivered or services performed (including Contract Line Item Number (CLIN)). iv. Description, quantity, unit of measure, unit price, and extended price for supplies delivered or services performed. v. The period for which beginning and ending cost incurred. vi. Shipping and payment terms ( e.g., shipment number and date of shipment, discount for prompt payment terms). Bill of lading number and weight of shipment shall be shown for shipments on Government bills of lading. vii. Name and address of contractor official to whom payment is to be sent (must be the same as that in the contract or in a proper notice of assignment). viii. Name (where practicable), title, phone number, fax number and e-mail address of person to notify in the event of a defective invoice. i. Taxpayer Identification Number (TIN). i. Electronic funds transfer (EFT) banking information. Documentation that shows current cumulative charges and balances by: CLIN number (or labor categories, if not CLIN number), hourly rate, and current amounts. A list of direct supplies, materials, equipment, software, and any other ODCs, with quantity and cost of each item. A receipt shall be provided for each item over $10.00, when reimbursed for official travel. Travel, including a breakdown of all actual travel and per diem expenses by traveler, by trip. All invoiced travel costs shall be supported by receipt. Nominal charges (under $10) such as tolls, public transportation, and photocopying may be listed instead of providing a receipt. Excessive cost in these areas shall be explained. vi. A copy of the boarding stub and invoice to the Contractor from the Credit Card Company or travel agency may document air passage, current amounts and the cumulative costs of all invoices to-date. Any Administrative Handling charges shall be shown as a separate line item. 2.) Contractor may show a running balance for each charge item. This information speeds processing time and helps address COTR /Customer questions. 3.) Failure to provide the required information shall be cause for rejection of the invoice and will delay payment. (End of Clause) LIST OF ATTACHMENTS Statement of Work Attachment 1- Badge pdf. SECTION A - A.1 Type of Contract /Duration The contract will be a Blank Purchase Agreement (BPA) type of contract against which firm fixed price Delivery Orders will be issued. The contract will consist of a base year, extending one full year from the date of contract award, and four (4) additional one full year options, for potential total contract duration of five (5) full years from the contract award date. The purpose of this Blank Purchase Agreement (BPA) type contract is to provide the United States Department of Transportation (DOT), Federal Motor Carrier Safety Administration (FMCSA) with the ability to support credential requirements as follows: Provide a finished product (Badge and Badge Holder Case) to FMCSA Headquarters Program Manager (Chief, Emergency Preparedness and Security), A.3 Contract Objective The overall objective of this action is to award one BPA contract against which delivery call orders can be placed to satisfy all credential requirements in accordance with the statement of work and specifications. COSTS B.1 Contract Minimum/Maximum (a) The minimum value of the first delivery order will be 800 units. The estimated maximum value for the base year is 900 units. Orders beyond the minimum will be determined by user needs. At the completion of the base year, the Contracting Officer will determine if exercising the options best fulfills the Government's needs and thus exercising of options beyond the base year are at the discretion of the government. (b) The specific products and quantities will be identified on each Delivery Order issued under the base contract or subsequent options. (c) The exercise of an option does not re-establish the contract minimum/maximum; award of those options are at the unilateral discretion of the Government. (d) The maximum value of this contract is TBD is established for the contract in total, including all option years. The minimum value of this contract will be TBD Orders beyond the minimum will be determined by user needs. Estimated Order of 100 new badges and badge holders, for each additional year of the contract. •(e) Funding for each specific Deliver O rders (DO) will be signed by the Contracting Officer. B.2 Note to Offerors Prices are to be based on Freight on Board (F.O.B.) destination only. Offerors are requested to submit prices based on estimated quantities reflected. Offerors will be evaluated at the maximum quantities specified. The Government reserves the right to make an award on initial offers received; therefore, the best offer should be submitted. Offerors shall offer unit prices for the base and four option terms (years). Acceptance of the option provisions contained herein for all items is mandatory. Offers that do not include acceptance of the option provisions or do not contain offers on the options will be considered unacceptable. B.3 General Description Prices for the line items shall include the full cost of item including shipping and other associated charges; FMCSA Specifications: See attached picture of Proposed Badge and Badge Holder. Specifications for badge listed below. •1) The badge will be a manufactured custom Badge •2) Size- the size will be 3 inches tall x 2.3125 inches wide. •3) The custom seal is 1 piece construction. Badges with applied parts will not be accepted. •4) Lettering- all lettering will be machine engraved per FMCSA request with a minimum engraved depth of.015 inches. The letters will be filled with soft enamel that is not water soluble. The reverse enamel ring around the center seal will be filled with hard Cloisonné enamel. •5) Material- all badges are struck from alloy 210 with a thickness of.101. •6) Attachment- they will consist of heavy duty safety catch hard silver soldered to the back of the badge. •7) Finish- All of the badges will be highly polished and then coated with a base nickel electroplate layer having a minimum thickness of 70 micro inches. All the badges will receive a gold electroplate layer with a thickness of 20 micro inches. All badges will receive a durable clear coat finish. •8) Warranty- all badges will have a full lifetime warranty for all the badges provided in the order. •9) Dies and samples- Upon award of this order the bidder will create a custom steel dye to be used exclusively for the production of these badges. Vendor will provide a pre production sample of the badge for final approval after the award has been given. •10) The Badge Case will be made of top grain leather with a cutout for the badge. The two ID widows will also be made to fit the ID cards size. SECTION C - Description, Specifications and Statement of Work C.1. Manufacturing or Acquiring Credential Items Provide all items for FMCSA personnel per contract specifications/commercial item descriptions. Manufacture or acquire all items for the FMCSA Credential Program. Assure quality control in the manufacturing process. The contractor shall be capable of both manufacturing program items and acquiring program items from other manufacturers. The contractor shall determine which source to use based on the best value combination of a fair and reasonable price, superior quality, and timely delivery. The contractor shall demonstrate expertise as a manufacturer and experience in sourcing product from other manufacturers. The contractor shall submit a Quality Assurance Plan. The plan shall demonstrate the contractor's process to maintain consistent quality control procedures for both manufactured products and acquired products. These procedures should include inspections during the manufacturing process, insuring consistency, and laboratory testing. The contractor will show expertise in providing products that meet quality standards based upon contract specifications. The contractor's quality control and quality assurance procedures should result in over 99% of all items shipped being defect free. The contractor shall define a performance metric to measure the frequency of defective products delivered to FMCSA. The contractor's Quality Assurance Plan shall include conformance with consumer product safety commission and/or other Federal Government standards or guidelines used in or by-products of the manufacturing process. C.2 Delivery of Goods Provide shipping, handling and delivery of all goods by traceable means directly to FMCSA Headquarters (Emergency Preparedness and Security Division) at the following address: Chief, Emergency Preparedness and Security Division, Federal Motor Carrier Safety Administration, W65-315, 1200 New Jersey Ave, SE, Washington, DC 20590, Office: (202) -366-0177 The contractor must have security plans, processes and procedures in place to minimize losses due to pilferage or theft throughout the entire supply chain. Losses of items (Badges) must be reported to FMCSA. C.3 Change Management Returns may be made subject to the product warranty. Returns of defective/unusable items must culminate in the documented destruction of all FMCSA badges. Destruction must be accomplished so as to render the badges unable to be reassembled. C.4 First Article Test Samples The Government reserves the right to request First Article Test Samples of the badge and badge holder under the contract for evaluation and approval for full production. All first article samples will be required to be submitted to the Government no later than 30 day after award for approval. After First Article approval, item(s) must be available to be ready for delivery within 45 days after approval. C.5 Badge Accountability : Badges are controlled by FMCSA and must be controlled throughout the vendor's supply chain. The report shall include numbers of FMCSA badges produced, the number used in inventory, the number lost, and the number destroyed. Documentation of witnessed destruction must be maintained by the vendor and is subject to government inspection/review. Acceptable performance is 100% accountability with zero losses. C.5 Order Submission Delivery Orders (DOs) are placed with the contractor which contain funding for orders for specified quantities of badges and badge holders ordered. C.6 - Inspection of Service Federal Acquisition Regulation (FAR) Clause 52.246-4 - Inspection of Services-Fixed Price (AUG 1996), is hereby incorporated by reference in this task order. D.1 Packaging, Packing, and Marking The Contractor shall be responsible for the preservation and packaging of all items to be delivered under the terms of this contract, in such a manner that adequate protection is provided against deterioration of physical damage during shipping and handling which is attributable to improper packaging or from theft. All materials ordered under this contract shall be shipped in accordance with F.O.B. Instructions as designated in each specific Delivery Order. E.2 Pre-production Product Samples Offerors must provide 2 product samples of each item (2 badges & 2 Badge/Credential Holder Case). These samples shall be submitted at no expense to the Government. E.3 Order Tracking: For all orders, order tracking through links with the carrier used is required, i.e. FedEx, UPS, or other shipper web sites. E.4 First Article Testing : The contractor shall deliver 2 units of each line item within 30 calendar days from the date of this contract to the Government for first article tests. Section F - E VALUATION-COMMERCIAL ITEMS F.1 BASIS OF AWARD The Government intends to award one contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government. Offerors will be evaluated based on a best value determination that will consider Technical Capability, Price and Past Performance. The weighting of factors is: Factor 1 (Technical Capability) is the most important. Factor 2 (price) is slightly less important than Factor 1 and more important than Factor 3 (past performance). Sub-factors are of equal importance. Any sub-component factors within a sub-factor are of equal importance. Offerors are advised that w hen technical proposals become more equal, price will become more important. As a result, the Government may award to other than the low priced offer, if it is determined to be the best value to the Government. The Government reserves the right to award without discussion, so offerors are encourage providing their best prices. F.2 EVALUATION FACTORS •(a) The weighting of factors is: Factor 1 (Technical Capability) is the most important. Factor 2 (price) is slightly less important than Factor 1 and more important than Factor 3 (past performance). Sub-factors are of equal importance. Any sub-component factors within a sub-factor are of equal importance. •(b) The award of this contract will be based upon a review and comparative assessment of the offeror's response against the Government's evaluation factors contained in this Section. Proposals will be evaluated with respect to integrated Technical Capability (including Approach, Plans and Subcontracting Plan), Price, and Past Performance. •(c) Price Proposals will be evaluated by adding the estimated total prices of all option years to the estimated total price of the base year. Evaluation of options does not obligate the Government to exercise options. F.3 TECHNICAL CAPABILITY (FACTOR 1) As discussed, Technical Capability will be adjectivally rated based on an integrated assessment of the following sub-factors: Technical Approach, Plans, and Pre-Production Samples. The sub factors are considered to be of equal weight. Within the Plan sub-factors, are of equal weight. The adjectival ratings are: Outstanding, Good, Acceptable, and Unacceptable. (1) Technical Approach Technical Approach will be evaluated based on the degree to which the offeror's technical approach satisfies all the requirements in the Solicitation and the SOW and demonstrate a clear understanding of these technical requirements. This understanding includes the ability of the offeror to identify potential problem areas and propose technical and management solutions. The evaluation of technical approach also includes the degree to which the offeror's approach is logical, feasible, technically valid and achievable. Unique concepts, features, and other approaches offered in a proposal may be considered in terms of the degree to which risks are identified, minimized and realize potential benefits to the Government. Under Technical Approach, pre-production samples will be evaluated on a pass/fail basis only against the requirements provided for each item in the specifications attached. (2) Plans •(a) Security Plan -The Security Plan as described in the SOW will be evaluated for how well physical and personal security will protect the Government and the whether or not there are risks in the methodology and process used by which badges will be accounted for, secured and tracked to make sure they are not lost, stolen or otherwise, unaccounted for. •(b) Manufacturing Plan - The Manufacturing Plan will be evaluated for the degree to which the conduct and reporting of first article testing uses best commercial practices and met testing and approval by the government. The Plan will be evaluated for the ability of manufacturing resources, purchase and acquisition of resources and production facilities used for this contract to meet contract requirements and provide for quality assurance. Included will be how the process expediently and efficiently handles backorders. (3) Pre-Production Samples - will be evaluated on a 'pass' or 'fail' basis. The following represents the criteria for determining 'pass' or 'fail': •(a) All items must be free of any visual or structural defects •(b) All items must meet visual and text criteria as provided in the specification. If pre-production sample meets the above criteria, a 'pass' rating will be granted. If not met, a 'fail' rating will be granted. CONTRACT CLAUSES FEDERAL ACQUISITION REGULATION (FAR) CLAUSES INCORPORATED The following FAR Clauses are hereby incorporated by reference: 52.204-7 - Central Contractor Registration (APR 2008) 52.217-8 - Option to Extend Services 52.217-9 - Option to Extend the Term of the Contract (End of clause) LIST OF ATTACHMENTS Attachment 1 - Badge pdf.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/DTMC75/75/DTMC75-11-Q-00085/listing.html)
 
Place of Performance
Address: U.S. Department of Transportation, Federal Motor Carrier Safety Administration, Office of Acquisition Management, 1200 New Jersey Ave., SE, 6th Floor RM W66-448, Washington, D.C. 20590-0001, Washington, District of Columbia, 20590, United States
Zip Code: 20590
 
Record
SN02538039-W 20110819/110817235501-18b31cf9f8e2701a87afd68127a2f423 (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.