Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 23, 2021 SAM #7174
SOLICITATION NOTICE

58 -- RFID Transponders

Notice Date
7/21/2021 2:07:21 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
ADMIN FACILITIES TRAINING CTR DIV WASHINGTON DC 20229 USA
 
ZIP Code
20229
 
Solicitation Number
201225458
 
Response Due
7/30/2021 9:00:00 AM
 
Archive Date
08/14/2021
 
Point of Contact
Lloyd A. Burton, Phone: 8178688646, Fax: 8178688604, Nicholas Frank Martinelli, Phone: 2023455534
 
E-Mail Address
lloyd.a.burton@cbp.dhs.gov, nicholas.f.martinelli@cbp.dhs.gov
(lloyd.a.burton@cbp.dhs.gov, nicholas.f.martinelli@cbp.dhs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.� The solicitation is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05.� The associated North American Industrial Classification System (NAICS) code for this procurement is 334419 (Other Electronic component Manufacturing) with a small business size standard of 750 employees.� This requirement is competitive, and all responsible sources may submit a quote which shall be considered by the agency.� This requirement is the acquisition of Generation 2 Radio Frequency Identification (RFID) transponders which will be issued through the Decal & Transponder Online Procurement System (DTOPS) online user portal. When read at a CBP point of entry, the transponder number will be communicated to the Automated Commercial Environment (ACE) program application used by CBP primary officers. �An international commercial standard shall be used, specifically ISO-18000-63 version 2 specification, Information Technology - Radio Frequency Identification for Item Management - Part 63, which is compatible with existing CBP RFID hardware, firmware and software.� The place of delivery will be at U.S. Customs and Border Protection, 6650 Telecom Drive, Suite 100, Indianapolis, IN 46278. The ordering period will be five years from the date of award. This acquisition will be conducted using the Federal Acquisition Regulation (FAR) Part 12 (Acquisition of Commercial Items) procedures.� The solicitation will result in a single IDIQ contract that will allow for firm fixed price orders.� The following minimum and maximum amounts will be applied in accordance with FAR 52.216-22 � the minimum number of supplies to be ordered under this contract is 25,000 units and the maximum number of supplies to be ordered over the life of the contract is not to exceed a total of 500,000 units. Please refer to the attached RFQ for applicable clauses and provisions. BASIS FOR AWARD. FAR Provision 52.212-1 Instructions to Offerors�Commercial, applies to this acquisition. �The FAR provision 52.212-2 Evaluation�Commercial Items is applicable to this solicitation as follows: �Award will be made to the vendor who submits the lowest priced technically acceptable (LPTA) quote. The Government intends to make a single award resulting from this solicitation. Technical Approach: Offerors must provide a narrative description (with any supporting documentation needed) that demonstrates an understanding of the requirements and the technical approach reasonably accomplishes the work requirements for this contract. (Page limit equals 15.) Past Performance Approach: The Government shall evaluate the offeror�s present and past performance on similar tasks within the past three years.� The Offerors must provide two (2) customer references for similar work performed.� The Government reserves the right to select which reference(s) to contact.� The following must be provided for each listed reference: Name of client and address Name of current point of contact including telephone number Contract Number Contract Value Contact period of performance A clear description of the supplies/services provided CBP may request additional information at any time. Past Performance.� Present work accomplished by offeror on services with similar task to those individuals identified in the statement of work.� Past performance shall include a description of services where individuals provided the required offered in this synopsis.� Identify customer references listing contact information:� address, e-mail address and phone number. Offerors will have an opportunity to address any adverse past performance history.� Offerors who do not have any past performance history will not be rated favorably or unfavorably but will instead receive a Neutral/Unknown rating for past performance.� Offerors must clearly state in their quote if they do not have at least two (2) past performances.� Failure to provide this information may render an offeror�s non-responsive and may not be considered for award. The Government reserves the right to use data provided by the offeror and data provided by alternative sources in conducting its assessment of past performance history. PRICE EVALUATION (Lowest Price Technically Acceptable) The Government will evaluate price quotations in an impartial manner and inclusive of transportation charges from the shipping point of the supplier to the delivery destination. To arrive at the evaluated price, a quote�s unit price will be multiplied by the IDIQ minimum quantity. TECHNICAL EVALUATION SCORING (Acceptable, Unacceptable) In order to be considered for award, the quote must be determined to be technically acceptable. ����� Definition of Acceptable/Unacceptable Acceptable � quote clearly meets the minimum requirements of the statement of work/performance specifications. Unacceptable � quote does not clearly meet the minimum requirements of the statement of work/performance specifications. To evaluate whether submitted transponders meet the statement of work/performance specifications requirements, CBP will test sample units per the test set stated here and set out in the RFQ. SUBMISSION REQUIREMENTS: � Failure to comply with the submission requirements in the RFQ document may result in the vendor�s quote being determined non-responsive and the vendor not considered for award. Vendors must be registered with the System for Award Management (SAM) database to receive a government contract award.� Vendors must also be registered in Representations and Certifications Applications (included in SAM).� The North American Industry Classification System (NAICS) Code applicable to this acquisition must be in vendor�s SAM registration.� Vendors may register for SAM online at www.sam.gov or by calling 1-866-606-8220. NOTES: 1.� Vendors may submit a quote in accordance with FAR 52.212-1, Instructions to Offerors-Commercial.� 2. � Vendors shall provide a minimum of 5 test transponders free of charge for CBP testing at time of quote submission.� Send to:� NDC 3, 7400 Fullerton Road, Springfield, VA 22153, Attn:� Gary Bann. 3.�� Vendors submitting a quote must include a completed copy of the provision at 52.212-3. ����� Questions must be submitted electronically via email by sending questions to lloyd.a.burton@cbp.dhs.gov no later than July 21, 2021.� Questions will not be answered via telephone call.� Submission of quote shall be in accordance with the instructions in the solicitation document. The government reserves the right to award without discussions. Attachment One � RFQ Attachment Two � Statement of Work/Performance Specifications Attachment Three � Past Performance Questionnaire Attachment Four - 70B01C21Q00000201A0001 Attachment Five - Revised Addendum to 52.212-2.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c8b97d2b4d244415b5846d7aba756dc8/view)
 
Place of Performance
Address: Indianapolis, IN 46278, USA
Zip Code: 46278
Country: USA
 
Record
SN06069085-F 20210723/210721230131 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.