Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2017 FBO #5721
SOLICITATION NOTICE

42 -- Personal Protective Equipment

Notice Date
7/21/2017
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Suite 1310, Washington, DC 20229
 
ZIP Code
20229
 
Solicitation Number
20099287
 
Response Due
7/26/2017
 
Archive Date
1/22/2018
 
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
Service-Disabled Veteran-Owned 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 20099287 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 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 423490 with a small business size standard of 100.00 employees. This requirement is a [ Service-Disabled Veteran Owned ] 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 2017-07-26 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Laredo, TX 78041 The DHS Customs and Border Protection (CBP) requires the following items, Brand Name or Equal, to the following: LI 001: Glove Driver's Cowhide Straight Thumb - Leather Palm material must be cowhide; Must be black in color; 12 small size; 12 medium size; 36 large size; 24 extra-large size, 84, Pair; LI 002: M-Pact Covert Gloves - Thermal Plastic Rubber (TPR) hook and loop closure; Molded TPR knuckle and finger impact protection; High impact PORON XRD palm padding absorbs shock and vibration; Must be black or tan in color; 25 medium; 125 large; 50 extra-large, 200, Pair; LI 003: Polarized Eye Glasses (Boat Patrol) - Lenses block UVA/UVB/UVC rays; Scratch and fog resistant; Compliant with American National Standards Institute and Military Ballistic MCEPS GL-PD 10-12; Highly Flexible gradient nylon frame with edge-flex temples and megol (hypo-allergenic thermal plastic rubber), 40, EA; LI 004: Safety Glasses w/ Clear Lens - Wraparound safety eyewear; Impact Thread Abrasion; Particulate, Biohazard Visibility Protection; Polycarbonate lens; Nylon Temple; Polycarbonate Frame; Black frame and clear lens, 800, EA; LI 005: Safety Glasses w/ Espresso Lens - Wraparound safety eyewear; Impact Thread Abrasion; Particulate, Biohazard Visibility Protection; Polycarbonate lens; Nylon Temple; Polycarbonate Frame; Black frame and Espresso lens Ansi Z.87.1/1989, 800, EA; LI 006: Wiley X Romer III Eye Glasses (Firearms)- Must have changeable lenses that are gray, clear, rust; Must be wraparound style sunglasses; Must meet stringent ANSI Z87.1 high velocity and high mass impact safety standards; Must meet MIL-PRF-32432 GL MCEO standard for ballistic eye protection and EN-166F high velocity impact standard; Must be lightweight and have a non-slip nose bridge, 60, EA; LI 007: Lens Cleaning Towelettes - Must clean glass, plastic or polycarbonate lenses; Must be anti-fog, anti-static, anti-streaking; Sheet size must be 5 x 8 ; Each box must contain 100 pre-moistened towelettes, 30, Boxes; LI 008: Sunscreen Wipes or Towelettes - Must provide 30 SPF of UVB protection; Each box must contain 50 wipes; Sheet size 8 x 5 ; Wipes must be water and sweat resistant ; Wipes must be oil free and contain Aloe Vera gel along with Vitamin E; Cedar fragrance to discourage insect bites, 20, Boxes; LI 009: Insect Repellent Wipes or Towelettes - Wipes must contain 30% DEET formula; Each box must contain 30 wipes; Sheet size must be 8 x 5 , 20, Boxes; LI 010: Lysol Disinfecting Wipes - Sanitizing wet wipes; Each canister must contain 80 wipes; Sheet size must be 7 x 8 ; Active ingredient is sheet (benzalkonium chloride), 110, Canisters; LI 011: General Purpose Disinfecting Wipes - Each bucket must contain 220 wipes; Sheet size 6 x 8 ; Container type must be bucket; Bleach free formula, 40, Buckets; LI 012: Purell Hand Sanitizer - 2 oz. bottles; Each box must contain 24, 2 oz. bottles; Must comply with current FDA regulations for cosmetic and/or over the counter drug products, 50, Boxes; LI 013: Purell Hand Sanitizer - 8 oz. bottles; Each box must contain 12, 8 oz. bottles; Must comply with current FDA regulations for cosmetic and/or over the counter drug products, 50, EA; LI 014: Ear Plugs - Each box must contain 200 individually packed ; Cordless, nonflammable, dermatological; Noise reduction rating 29dB, 12, Boxes; LI 015: Camelbak Thermobak - Must have 3 liter/100 fl. Oz. capacity; air-light turn open/close for quick, secure seal; Bite Valve Adapter; Must have an insulated drink tube cover which protects tube from harmful UV rays and abrasion; Must be black in color, 300, EA; LI 016: Camelback Cleaning Tablets - Chlorine Dioxide quick dissolving tablets; Cleans up to 100 oz. reservoir; Package must contain 8 tablets, 200, Packages; LI 017: Tactical Facemask & Neck Cover (Boats) - Must block 95% of UV rays, moisture wicking and wind resistatn; Must be 100% seamless; One size fits most; Made of polyester; Must be tan colored or camo pattern, 60, EA; 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. Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). 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. In accordance with the IPP clause; ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PROCESSING PLATFORM (IPP) (JAN 2016), payment requests for all new awards must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). The Contractor must use IPP for contracts and orders awarded April 11, 2016 or later. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract. The IPP website address is: https:// www.ipp.gov. Contractor assistance with IPP enrollment can be obtained by contacting IPPCustomerSupport@fms.treas.gov or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer. (a) Definitions. As used in this clause-- Commercially available off-the-shelf (COTS) item (1) Means any item of supply (including construction material) that is (i) A commercial item (as defined in paragraph (1) of the definition at FAR 2.101); (ii) Sold in substantial quantities in the commercial marketplace; and (iii) Offered to the Government, under a contract or subcontract at any tier, without modification, in the same form in which it is sold in the commercial marketplace; and (2) Does not include bulk cargo, as defined in 46 U.S.C. 40102(4), such as agricultural products and petroleum products. Component means an article, material, or supply incorporated directly into an end product. Cost of components means-- (1) For components purchased by the Contractor, the acquisition cost, including transportation costs to the place of incorporation into the end product (whether or not such costs are paid to a domestic firm), and any applicable duty (whether or not a duty-free entry certificate is issued); or (2) For components manufactured by the Contractor, all costs associated with the manufacture of the component, including transportation costs as described in paragraph (1) of this definition, plus allocable overhead costs, but excluding profit. Cost of components does not include any costs associated with the manufacture of the end product. Domestic end product means (1) An unmanufactured end product mined or produced in the United States; (2) An end product manufactured in the United States, if (i) The cost of its components mined, produced, or manufactured in the United States exceeds 50 percent of the cost of all its components. Components of foreign origin of the same class or kind as those that the agency determines are not mined, produced, or manufactured in sufficient and reasonably available commercial quantities of a satisfactory quality are treated as domestic. Scrap generated, collected, and prepared for processing in the United States is considered domestic; or (ii) The end product is a COTS item. End product means those articles, materials, and supplies to be acquired under the contract for public use. Foreign end product means an end product other than a domestic end product. United States means the 50 States, the District of Columbia, and outlying areas. (b) 41 U.S.C. chapter 83, Buy American, provides a preference for domestic end products for supplies acquired for use in the United States. In accordance with 41 U.S.C. 1907, the component test of the Buy American statute is waived for an end product that is a COTS item (See 12.505(a)(1)). (c) Offerors may obtain from the Contracting Officer a list of foreign articles that the Contracting Officer will treat as domestic for this contract. (d) The Contractor shall deliver only domestic end products except to the extent that it specified delivery of foreign end products in the provision of the solicitation entitled Buy American Certificate.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/20099287/listing.html)
 
Place of Performance
Address: Laredo, TX 78041
Zip Code: 78041
 
Record
SN04589926-W 20170723/170721234843-83cb0c13bbde8750fcf06aa11d485303 (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.