SOLICITATION NOTICE
66 -- N95 Qualitative Fit Test Kits
- Notice Date
- 8/6/2014
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 1331 Pennsylvania Avenue, N.W., Washington, DC 20229
- ZIP Code
- 20229
- Solicitation Number
- 20080193_01
- Response Due
- 8/11/2014
- Archive Date
- 2/7/2015
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is 20080193_01 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-76. The associated North American Industrial Classification System (NAICS) code for this procurement is 334517 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-08-11 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Indianapolis, IN 46278 The DHS Customs and Border Protection (CBP) requires the following items, Brand Name or Equal, to the following: LI 001: N95 Qualitative Fit Test Kits (see attached statement of work) Delivery Address: U.S. Customs and Border Protection El Paso Sector 8901 Montana Ave El Paso, TX 79925, 8, EA; LI 002: N95 Qualitative Fit Test Kits (see attached statement of work) Delivery Address: U. Customs and Border Protection Laredo OFO 5210 Bullock Look Laredo, TX 78041, 8, EA; LI 003: N95 Qualitative Fit Test Kits (see attached statement of work) Delivery Address: U.S. Customs and Border Protection Houston OFO 2323 S. Shephered Drive Suite 1200 Houston, TX 77019, 8, EA; LI 004: N95 Qualitative Fit Test Kits (see attached statement of work) Delivery Address: U.S. Customs and Border Protection El Paso OFO 9400 Viscount Road El Paso, TX 79925, 12, EA; LI 005: N95 Qualitative Fit Test Kits (see attached statement of work) Delivery Address: U.S. Customs and Border Protection Laredo Sector 207 West Del Mar Blvd Laredo, TX 78041, 12, EA; LI 006: N95 Qualitative Fit Test Kits (see attached statement of work) Delivery Address: U.S. Customs and Border Protection Big Bend Sector 208 West Del Mar Blvd. Laredo, TX 78041, 4, EA; LI 007: N95 Qualitative Fit Test Kits (see attached statement of work) Delivery Address: U.S. Customs and Border Protection Boston OFO 175 Ammon Drive Manchester, NH 03103, 15, EA; LI 008: N95 Qualitative Fit Test Kits (see attached statement of work) Delivery Address: U.S. Customs and Border Protection New York OFO 1 Penn Plaza, 11th Floor New York, NY 10119, 5, EA; LI 009: N95 Qualitative Fit Test Kits (see attached statement of work) Delivery Address: U.S. Customs and Border Protection Newark OFO 1100 Raymond Blvd #306 Newark, NJ 07602, 5, EA; LI 010: N95 Qualitative Fit Test Kits (see attached statement of work) Delivery Address: U.S. Customs and Border Protection Philadelphia OFO 900 Market Street #349 Philadelphia, PA 19107, 5, EA; LI 011: N95 Qualitative Fit Test Kits (see attached statement of work) Delivery Address: U.S. Customs and Border Protection Miami OFO 29390 Customs Road Homestead, FL 33039, 8, EA; LI 012: N95 Qualitative Fit Test Kits (see attached statement of work) Delivery Address: U.S. Customs and Border Protection San Juan OFO #1 La Puntilla San Juan, Puerto Rico 00901, 8, EA; LI 013: N95 Qualitative Fit Test Kits (see attached statement of work) Delivery Address: U.S. Customs and Border Protection Atlanta OFO 157 Tradeport Drive #1025 Atlanta, GA 30354, 8, EA; LI 014: N95 Qualitative Fit Test Kits (see attached statement of work) Delivery Address: U.S. Customs and Border Protection New Orleans OFO 612 Hangar Lane #124 Nashville, TN 37211, 8, EA; LI 015: N95 Qualitative Fit Test Kits (see attached statement of work) Delivery Address: U.S. Customs and Border Protection Tampa OFO 1624 E. 7th Ave. Tampa, FL 33605, 8, EA; LI 016: N95 Qualitative Fit Test Kits (see attached statement of work) Delivery Address: U.S. Customs and Border Protection Havre Sector 230 W. 1st Avenue #306 Phoenix, AZ 85004, 4, EA; LI 017: N95 Qualitative Fit Test Kits (see attached statement of work) Delivery Address: U.S. Customs and Border Protection 2430 S. Swan Road Tucson, AZ 85711, 12, EA; LI 018: N95 Qualitative Fit Test Kits (see attached statement of work) Delivery Address: U.S. Customs and Border Protection Grand Forks Sector 2320 S. Washington Street Grand Forks, North Dakota 58201, 4, EA; LI 019: N95 Qualitative Fit Test Kits (see attached statement of work) Delivery Address: U.S. Customs and Border Protection Chicago OFO 610 S. Canal Street #828 Chicago, IL 60607, 8, EA; LI 020: N95 Qualitative Fit Test Kits (see attached statement of work) Delivery Address: U.S. Customs and Border Protection Seattle OFO 1000 Second Avenue #2200 Seattle, WA 98104, 7, EA; LI 021: N95 Qualitative Fit Test Kits (see attached statement of work) Delivery Address: U.S. Customs and Border Protection Yuma Sector 4035 S. Avenue A Yuma, AZ 85365, 8, EA; LI 022: N95 Qualitative Fit Test Kits (see attached statement of work) Delivery Address: U.S. Customs and Border Protection Detroit OFO 477 W. Michigan Ave #200 Detroit, MI 48226, 8, EA; LI 023: N95 Qualitative Fit Test Kits (see attached statement of work) Delivery Address: U.S. Customs and Border Protection Las Vegas OFO McCarran International Airport, T-3 5757 Wayne Newton Blvd. Las Vegas, NV 89110, 1, EA; LI 024: N95 Qualitative Fit Test Kits (see attached statement of work) Delivery Address: U.S. Customs and Border Protection LA/LB OFO 11099 S. La Cienega Blvd. Los Angeles, CA 90045, 8, EA; LI 025: N95 Qualitative Fit Test Kits (see attached statement of work) Delivery Address: U.S. Customs and Border Protection LA/LB OFO 301 E. Ocean Blvd.#1400 Long Beach, CA 90802, 8, EA; LI 026: N95 Qualitative Fit Test Kits (see attached statement of work) Delivery Address: U.S. Customs and Border Protection San Diego OFO 610 S. Ash Street #1200 San Diego, CA 92101, 8, EA; LI 027: N95 Qualitative Fit Test Kits (see attached statement of work) Delivery Address: U.S. Customs and Border Protection San Diego Sector 2411 Boswell Road Chula Vista, CA 91914, 8, EA; LI 028: N95 Qualitative Fit Test Kits (see attached statement of work) Delivery Address: U.S. Customs and Border Protection El Gentro Sector 211 W. Aten Road Imperial, CA 92251, 4, EA; LI 029: N95 Qualitative Fit Test Kits (see attached statement of work) Delivery Address: U.S. Customs and Border Protection Guan OFO 355 Chalan Pasaheru, Suite 355 Tamuring, Guam 96913, 2, EA; LI 030: N95 Qualitative Fit Test Kits (see attached statement of work) Delivery Address: U.S. Customs and Border Protection Saipan OFO P.O. Box 504730, International Airport Saipan, CNMI 96950, 2, EA; LI 031: N95 Qualitative Fit Test Kits (see attached statement of work) Delivery Address: U.S. Customs and Border Protection Reno OFO 2220 Radar Street Reno, NV 89502, 2, EA; LI 032: N95 Qualitative Fit Test Kits (see attached statement of work) Delivery Address: U.S. Customs and Border Protection Salt Lake City OFO 3850 W. Terminal Drive Salt Lake City, UT 84116, 3, EA; LI 033: N95 Qualitative Fit Test Kits (see attached statement of work) Delivery Address: U.S. Customs and Border Protection San Francisco OFO 555 Battery Street #409 San Francisco, CA 94111, 10, EA; LI 034: N95 Qualitative Fit Test Kits (see attached statement of work) Delivery Address: U.S. Customs and Border Protection Del Rio Sector 2401 Dodson Avenue Del Rio, TX 78840, 10, EA; LI 035: Shipping charges, 1, LOT; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Customs and Border Protection (CBP) intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Customs and Border Protection (CBP) is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the ?Included in another line item? function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid ?Submit a Question? feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid being determined to be non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. No partial shipments are permitted unless specifically authorized at the time of award. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. Unless otherwise noted. ORCA Requirement - Company must be registered on Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov/ The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Award Criteria-An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work or listed specs whichever is applicable to the buy. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. For all buys other than Exact Match Sellers MUST document what they are bidding for evaluation for award. Sellers must include, extended specs and/or manufacturer name and part numbers (if applicable). Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. FAR 52.211-6. Q&A -Please submit all questions by 1:00 p.m. EST on Thursday, August 7, 2014 using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/20080193_01/listing.html)
- Place of Performance
- Address: Indianapolis, IN 46278
- Zip Code: 46278
- Zip Code: 46278
- Record
- SN03454351-W 20140808/140807023020-6aedf436ba01f1ac1f65af84f48747f1 (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 |