RFID Transponders
SYNOPSIS: 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. Thi... SYNOPSIS: 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 2019-01. 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 amount of supplies to be ordered under this contract is 25,000 units and the maximum amount of supplies to be ordered over the life of the contract is not to exceed a total of 300,000 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. 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 February 28, 2019. Questions will not be answered via telephone call. Submission of quote shall be in accordance with the instructions in the solicitation document. Attachment One - RFQ Attachment Two - Statement of Work/Performance Specifications Attachment Three - Past Performance Questionnaire
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »