|
COMMERCE BUSINESS DAILY ISSUE OF JULY 23,1999 PSA#2394U.S Customs Service, 6026 Lakeside BLVD ATTN: FPSG, Indianapolis, IN
46278 35 -- AUTOMATED MAIL INSPECTION CONVEYOR SYSTEM, CARSON, CA SOL -24225
DUE 081199 POC Betty Edmonds, Contract Specialist, US Customs Service,
317/298-1180 x1163 fax 317/298-1344 SOL CS-I-99-022 DUE 081199. This
is a combined synopsis solicitation for commercial item, prepared in
accordance with the format in Federal Acquisition Regulation (FAR)
Subpart 12.6, as supplemented with additional information included in
this notice. This announcement constitutes the only solicitation.
Proposals are being requested and a written solicitation will not be
issued. This solicitation CS-I-99-022 is issued as a request for
proposal, and incorporates provisions and clauses that are in effect
through Federal Acquisition Circular 97-12. The standard industrial
classification code is 3535 with a small business standard of 500
employees. This solicitation is for one contract line item number 0001,
Automated Mail Inspection Conveyor System, one (1) each. Please note,
all interested offerors must call 317/298-1180, ext 1163 for the SOW
addenda; or FAX a request to (317) 298-1344, attention Betty Edmonds,
citing solicitation number CS-I-99-022. Please include your company's
complete name, address, including zip code, contact point, telephone
and FAX number on the request. The offeror's firm fixed-price proposal
shall include furnishing all labor, materials, and supervision
necessary to design, fabricate, provide, install, test and warrant a
conveyor system as shown on the drawings and specifications. The
conveyor belt must effectively and efficiently provide a system with
which to examine international mail and packages entering the United
States through the Los Angeles, Port of Entry. The automated conveyor
system shall fit in a work area measuring approximately 125 feet by 70
feet. The unit must have the capability to process at least 5,280
pieces per day and 660 pieces per hour. The package sizes processed on
this system will not exceed seventy (70) pounds and should not be
larger than 103" in length and girth. The US Postal Service will
provide a 120/208 power panel dedicated for the belt. The government
will provide the x-ray equipment which must be incorporated into the
design of the belt system.The unit shall have at least five inspection
areas which connect to both incoming and outgoing belts. This is a new
facility and the area of installation will be completely open and
available. The unit is to be installed and completely operational by
December 1, 1999. The unit location shall be FOB Destination to US
Customs Service, 21750 Arnold Center Road, Mail Unit, Carson,
California 90810. Acceptance will also be at Carson, California. The
following FAR provisions and clauses apply to this acquisition: FAR
52.212-1, Instruction to Offerors- Commercial; in addition to the
information described in this FAR provision FAR 52.212-1 Instruction to
Offerors-Commercial, all offerors shall provide in their proposals
specific and detailed information described below: FAR 52.212-2,
Evaluation-Commercial Items, with following evaluation criteria
included in paragraph (a) of the provision: There are four factors that
will be used in evaluating proposals, as follows: 1) technical
approach, 2) technical capability, 3)past performance and 4) cost or
price. The technical approach is slightly more important than technical
capability, which is slightly more important than past performance. All
evaluation factors other than cost or price, when combined are
significantly more important than cost or price. Technical Approach:
The offeror shall describe their technical approach for meeting the
government's technical requirements. This includes providing a scope of
work; work control methods, and a proposed design. Offerors are
encouraged to use standard commercial designs, adapted to meet the
governments needs as described in the SOW specifications. Technical
Capability: This shall be based on overall system design with respect
to the complete integration and functionality of the conveyor unit. The
offeror shall provide information that reflects their ability to
provide service, training and after the sale support. The overall
technical capability shall be determined by the receiving facility
specialists using their professionaljudgement for this type system. The
contractor shall provide at a minimum a one year standard commercial
warranty on installation, parts and labor. Past Performance: The past
performance has three subfactors: 1) quality of product or service, 2)
timeliness of performance and 3) and customer (end user) satisfation.
Each of these subfactors has equal weight. The offeror shall provide
a list of three contracts and subcontracts completed and/or currently
in progress during the past three years that are similar to the
solicitation specifications/ SOW. Offerors who are newly formed
entities without prior contracts should list contracts and subcontracts
performed by key personnel. Projects shall be identified with the
name(s) of individual(s) who worked on them. On the rare occasion where
there is no relavent experience, the contractor will receive a neutral
rating. This will be accomplished by giving a new firm the average
score of other competing offerors for past performance. Each offeror
shall submit information on past performance, to include project or
contract title, contract number, contract type, contract period of
performance, total contract value, (including options), brief
description of contract work, including the number of locations served,
two contact references, listing the name, title, address and telephone
number, a list of major subcontractors ($500,000 or more) and any
major problems/corrective actions, if any. Also, include any quality
certifications/awards. The government reserves the right to award a
contract to the contractor who submits a proposal that provides the
best overall value in terms of each of the evaluation categories
identified above. FAR 52.212-3, Offeror Representations and
Certifications-Commercial Items applies; Offerors are advised to
include a completed copy of this provision in their proposal. This FAR
52.212-3 provision may be obtained from a public library or by request
from the contracting officer. FAR 52.212-4, Contract Terms and
Conditions-Commercial Items applies; FAR 52.212-5, Contracts Terms and
Conditions Required to Implement Statutes or Executive
Orders-Commercial Items applies, with the following additional FAR
clauses: FAR 52.203-6 Restrictions on Subcontractor Sales to the
Government, Alternate 1; FAR 51.219-4 Notice of Price Evaluation
Preference for HUBZone Small Business Concerns; FAR 52.219-8
Utilization of Small Business Concerns and Small Disadvantaged Business
Concerns; FAR 52.219-23 Notice of Price Evaluation Adjustment for Small
Disadvantaged Business Concerns; FAR 52.222-21 Prohibition of
Segregated Facilities; FAR 52.222-22 Previous Contracts and Compliance
Reports; FAR 52.222-26, Equal Opportunity; FAR 52.222-35 Affirmative
Action for Disabled Veterans and Veterans of the Vietnam Era; FAR
52.222-36 Affirmative Action for Workers with Disabilities; FAR
52.222-37 Employment Reports on Disabled Veterans and Veterans of the
Vietnam Era; FAR 52.225-3 Buy American Act-Supplies; FAR 52.232.33
Payment by Electronic Funds Transfer -- Other than Central Contractor
Registration. The following clause is added to the solicitation:
Treasury Acquisition Procurement Regulation 1046.673, Inspection,
Acceptance, and Receiving Reports. In responding to this request for
proposal, each offeror shall use the SOW addenda for the basis in
demonstrating technical aproach, technical capability, past performance
and cost/price. In those instances where technical data sheets are
provided to show acceptability, the specific citation must be
referenced to show applicability to the SOW. Proposed responses shall
follow the SOW paragraphs. All offerors shall identify any areas of the
requirements that they do not comply with. All responsible sources may
submit an offer which shall be considered by the agency. Offerors
shall submit three complete technical and cost proposals delivered to
the Contracting Officer due on August 11, 1999, (not later than 2:00
p.m., local time), at the US Customs Service, Field Procurement Service
Branch, Attn: Betty Edmonds, 6026 Lakeside Boulevard, Indianapolis,
Indiana 46278. Posted 07/21/99 (I-SN357045). (0202) Loren Data Corp. http://www.ld.com (SYN# 0294 19990723\35-0001.SOL)
35 - Service and Trade Equipment Index Page
|
|