Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 1,1999 PSA#2292

Immigration & Naturalization Service, Procurement Division, 425 I St., NW, Room 2208, Washington, DC 20536

84 -- MEDAL SETS SOL BOR-R-00074 DUE 030599 POC Victoria Short, Contract Specialist, 202/514-1959 Betty Johnson, Contracting Officer, 202/514-3766 This is a combined Synopsis/Request for Quotation (RFQ) for commercial items prepared in accordance with the format specified in FAR Subpart 12.6, as supplemented with additional information included in this notice. This acquisition is being conducted in accordance with FAR part 13, Simplified Acquisition Procedures. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-10. BACKGROUND: Medal sets will be issued to Border Patrol Agents and Aircraft Pilots at the Border Patrol's 75th Anniversary ceremony on May 28, 1999. Delivery address for all CLINS: U.S. Border Patrol, Attention: William Beaumet, 425 I Street, N.W. Room 4226, Washington, D.C. 20536. REQUIREMENT: Item 00001: Decoration, 75th Anniversary Commemorative Medal, U.S. Border Patrol. Material: Red Brass, Finish: Gold Plated, Rose Gold Plated, Matte Finish, Polished Highlights and shall match The Institute of Heraldry(TIOH) Metal Finish Chip Number 20. Dimensions: Diameter: 1-3/8 inches, Thickness: To be determined by TIOH within 7 calendar days after the closing date of this announcement. Note: Decoration set shall consist of a regular size medal, a service ribbon with ribbon attachment and a lapel button all packaged in a presentation case conforming to military specification-MIL-DTL-14633, Type XVI with a Type XVI, Class 1 or 3 pad. Quantity for Item 00001: 10,000.00 sets. Presentation Case specification can be obtained from TIOH, U.S. Army, 9325 Guston Road, Room S112, Fort Belvoir, VA 22060-5579. The Point of contact at TIOH is Mr. Stanley W. Haas -- (703)806-4984. Item 00002: Lapel Button, 75th Anniversary Commemorative Medal, U.S. Border Patrol. Material: Red Brass, Finish: Gold Plated, Rose Gold Plated, Matte Finish, Polished Highlights and shall match TIOH Metal Finish Chip Number 20. Dimensions: Diameter: 15/16 inch, Thickness: To be determined by TIOH within 7 calendar days after the closing date of this announcement. Note: Attaching device shall be double prongs without picks and two flat ball-type clutches. The prongs should be fused or soldered at the 3 o'clock and 9 o'clock position on the reverse side of the lapel button. Item 00003: Ribbon Attachment, 75th Anniversary Commemorative Medal, U.S. Border Patrol. Material: Red Brass, Finish: Gold Plated, Rose Gold Plated, Matte Finish, Polished Highlights and shall match The Institute of Heraldry(TIOH) Metal Finish Chip Number 20. Dimensions: Width: 1-1/8 inches, Height: (By number 1 of "1924"): 11/64 inch, Thickness: To be determined by TIOH within 7 calendar days after the closing date of this announcement. Note: Attaching device shall be a staple type prong. The prong shall be centered on the reverse side of the ribbon attachment. This order will be issued for a firm fixed price. BID SAMPLES: Offeror shall submit six complete sets of the product sample along with the quote. The bid samples need to be mailed to the address listed below for approval no later than eight calendar days after the closing date ofthis announcement : Immigration & Naturalization Service, ATTN: Victoria Short, Room 2208 Procurement Division, 425 Eye Street, NW Washington DC 20354. Upon approval of sample, the Government requires at least 8,000 of the boxed medal sets to be delivered by May 01, 1999. The other remaining items will be due no later than 45 days after award of Purchase Order. GOVERNMENT FURNISHED MATERIAL: Master tooling for the medal sets will be provided by TIOH no later than fourteen calender days after upon award of Purchase Order. BASIS FOR AWARD: The Government will award a Purchase Order to the responsible offeror whose proposal, conforming to the RFQ, will be of the Best Value to the Government, price and other factors considered. Prospective offerors should note that a proposal meeting the RFQ requirements with the lowest price may not be selected if award to a higher priced proposal is determined to be most advantageous to the Government. The prospective offerors must be TIOH certified manufacture's. The evaluation factors in descending order of importance are as follows: Delivery, Past Performance, Technical Acceptability as a pass/fail factor and price. The Past Performance information required in the quote must describe the offerors most recent and relevant experience with medal sets/ribbon projects of similar size, scope, and complexity to this RFQ to successfully meet the requirements of the solicitation. The Government reserves the right to obtain information for use in the evaluation of past performance from all sources including sources outside of the Government. Offerors lacking relevant past performance history will receive a neutral rating for past performance. However, the proposal of an offeror with no relevant past performance history, while rated neutral in past performance, may not represent the most advantageous proposal to the government and thus, may be an unsuccessful proposal when compared to the proposals of other offerors. The offeror must provide the information requested for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance experience. The government reserves the right not to evaluate or consider for award the entire proposal from an offeror which fails to provide the past performance information or which fails to assert that it has not relevant directly rated or similar past performance experience. Offerors shall submit past performance information in their quotes. As a minimum, this shall consist of at least three recent, prior customer point of contacts, with phone number for similar sales made by the offeror. The government will use the following adjectival definitions as guidelines in evaluation past performance: Neutral: no relevant past performance available for evaluation. Offeror has asserted that it has no relevant directly related or similar past performance experience. Proposal will not be evaluated favorably on past performance. Outstanding: No risk anticipated of receiving quality product, delivered on time, or of any degraded performance, or lack of customer satisfaction based upon offerors past performance. Good: Very little risk anticipated of receiving quality product, delivered on time, or of degraded performance, or lack of customer satisfaction based upon the offerors past performance. Satisfactory: some potential risk anticipated of receiving quality product, delivered on time, or of degraded performance, or lack of customer satisfaction base upon the offerors past performance. Marginal: Significant potential risk anticipated of receiving quality product, delivered on time, or of degraded performance, or lack of customer satisfaction base upon the offerors past performance. (A rating of marginal does not, by itself, make the proposal ineligible for award). EVALUATION OF PRICE: The unit price times the quantity shall equal the extended price for each line item. The total extended amount of the three line items will be added together to get the total quoted price. This announcement constitutes the only solicitation, however copies of the purchase description herein are available upon written request. Facsimile request for the purchase description copies will be accepted. All responsible sources must submit written responses containing sufficient technical documentation to establish their capability to meet requirement. Award is to be based upon price and other factors in accordance with FAR Clause 52.212-2 and as specified in descending order of importance: 1. Delivery; 2. Past Performance, 3. Adherance to the specifications(Quality acceptability) and 4. Price. Quotes are due in sealed envelopes/packages no later than 4:00 pm Eastern Standard Time, March 08, 1999. All responses must be received in writing within eight calendar days of the publication of this notice. Quotes shall be clearly marked/addressed on the outside of the envelope as follows: Immigration & Naturalization Service, ATTN: Victoria Short, Room 2208 Procurement Division, 425 Eye Street, NW Washington DC 20354. Questions and concerns regarding this acquisition must be submitted in writing to the address specified above or via fax to Victoria Short, Contract Specialist at (202)616-7876(fax). Facsimile proposals will be accepted. Please note any amendments made to this solicitation will not be mailed to offerors must continue to review future editions of the CBD to obtain any amendments. Posted 02/25/99 (W-SN302247). (0056)

Loren Data Corp. http://www.ld.com (SYN# 0309 19990301\84-0003.SOL)


84 - Clothing, Individual Equipment and Insignia Index Page