13--Less Lethal Supplies

expired opportunity(Expired)
From: Federal Government(Federal)
20099085COMBINE

Basic Details

started - 22 Jun, 2017 (about 6 years ago)

Start Date

22 Jun, 2017 (about 6 years ago)
due - 23 Jun, 2017 (about 6 years ago)

Due Date

23 Jun, 2017 (about 6 years ago)
Bid Notification

Type

Bid Notification
20099085COMBINE

Identifier

20099085COMBINE
Department of Homeland Security

Customer / Agency

Department of Homeland Security
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

CANCELLATION NOTICE: 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 20099085 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 2005-95 with a small business size standard of 1,500.00 employees. This requirement is a [ Small Business ] 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 2017-06-23 12:30:00.0 Eastern Time or as otherwise displayed at
target="_blank">www.FedBid.com. FOB Destination shall be Edinburg, TX 78552The DHS Customs and Border Protection (CBP) requires the following items, Brand Name or Equal, to the following:LI 001: 1P/N:T122151, 25' LIVE SMART CARTRIDGE, NON-RETURNABLE (X21X3), 250, EA;LI 002: 2P/N: TI22013, X21X26P DATAPORT DOWNLOAD KIT, 10, EA;LI 003: P/N: TI22150, 15' LIVE SMART CARTRIDGE ( X2/)(3), 1000, EA;LI 004: P/N: T122151, 25' LIVE SMART CARTRIDGE, 500, EA;LI 005: SHIPPING, 1, AU;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 Exact Match Only Commodity Buys- NO SUBSTITUTIONS, EXACT MATCH ONLY. The vendor may not substitute any item/service listed on this order without prior written approval from the DHS/CBP Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturer, quantity, delivery dates, or any other specifications of this RFQ. Items/services that do not conform to descriptions and part numbers found in this RFQ will be rejected at the time of delivery causing a return at the vendor's expense.For Exact Match Services Buys Only- In order for a sellers bid to be 'responsive' and considered for award, the seller is REQUIRED to document exactly how they intend to meet the requirements of the SOW. They shall document statement detailing the service for evaluation. 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.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.Definition: As used in this provision, the term "brand name" includes identification of products by make and model number. If items called for by this solicitation have been identified in the schedule by a "brand name" description, such identification is intended to be descriptive, but not restrictive. (a) This solicitation contains the provision FAR 52.211-6 "Brand Name or Equal". Offerors are cautioned to comply with the requirements of this provision. (b) Offerors proposing "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the offer and are determined by the Government to meet fully the salient characteristics requirements set forth in the clause "Minimum Salient Characteristics" contained in this solicitation. (c) If the offeror proposes to furnish an "equal" product, the brand name, if any, and model number of the product to be furnished shall be inserted in the spaces provided in the Schedule. Unless the offeror clearly indicates in its offer that it is proposing an "equal" product, its offer shall be considered as offering the brand name product referenced in the solicitation.The Specifications, Statement of Work, Statement of Objectives or Performance Work Statement which describe the work to be performed hereunder, although attached, is incorporated and made a part of this document with the same force and effect of "specifications" as described in the clause, Order of Precedence, FAR 52.215-8 incorporated herein by reference.Material shall be packaged, packed and marked for shipment in such a manner that will insure acceptance by common carriers and safe delivery at destination. Packages shall be clearly identified on the outer wrapping with the contract number and delivery /task order number, if applicable.The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract. In the event the Contractor effects any changes at the direction of any person other than the Contracting Officer, the changes will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. The Contracting Officer shall be the only individual authorized to accept nonconforming work, waive any requirement of the contract, or to modify any term or condition of the contract. The Contracting Officer is the only individual who can legally obligate Government funds. No cost chargeable to the proposed contract can be incurred before receipt of a fully executed contract or specific authorization from the Contracting Officer.In order to request contract payment, the contractor shall submit a proper invoice, as defined by Federal Acquisition Regulation (FAR) 2.101 for payment in the manner and format described below. (a) The contractor shall submit an original invoice/voucher, via postal mail or electronic mail (email), simultaneously to the following: 1. National Finance Center (NFC) DHS/U.S. Customs and Border Protection; National Finance Center/Commercial Accounts; PO Box 68908; Indianapolis, Indiana 46268; OR email: cbpinvoices@dhs.gov; Note: For invoices with payment terms less than net 30: The subject line for all emailed invoices to the NFC must include the following text: Per CBP, Net [state # days] Invoice; 2. Contracting Officer or Contract Administrator (CO or CA)[fill in at time of award]; DHS/U.S. Customs and Border Protection; Attention: [insert name of CO or CA]; [insert CO or CA office designation]; [insert mailing address]; [insert city, state, zip code or country information]; OR email: [insert email address]; 3. Contracting Officer’s Representative (COR) (fill in at time of award): DHS/U.S. Customs and Border Protection; Attention: [insert name of COR]; [insert COR office designation]; [insert mailing address]; [insert city, state, zip code or country information]; OR email: [insert email address]; (b) The contractor shall submit a copy of the original invoice/voucher for all DHS cost-reimbursement and time and material/labor hour contracts and delivery orders to the branch manager/resident auditor of the cognizant Defense Contract Audit Agency (DCAA) Field Audit Office. Copies may be sent to DCAA, via postal mail or email and must be sent at the same time the invoice/voucher is sent to the NFC, CO and COR. The CO shall provide the following information: DCAA Field Office [insert name of DCAA Field Office designation]; Name: [insert name of branch manager/resident auditor]; [insert DCAA Field Office mailing address]; [insert city/state/zip code or country information]; Phone: [insert DCAA Field Office phone number]; Email: [insert branch manager/resident auditor’s email address]; (c) In accordance with FAR 32.904(b), the CO, in conjunction with the COR and NFC, will determine whether the invoice is proper or improper within seven (7) days of receipt. Improper invoices will be returned to the contractor within seven (7) days of receipt.(a) To constitute a proper invoice, invoices shall include, at a minimum, all the items required in FAR 32.905. (1) The minimum requirements are: i. Name and address of the contractor.; ii. Invoice date and invoice number.; iii. Contract number or other authorization for supplies delivered or services performed (including order number and contract line item number.; iv. Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed.; v. Shipping and payment terms (e.g. shipment number and date of shipment, discount for prompt payment terms). Bill of lading number and weight of shipment will be shown for shipments on Government bills of lading.; vi. Name and address of contractor official to whom payment is to be sent (must be the same as that in the contract or in a proper notice of assignment).; vii. Name (where practicable), title, phone number, and mailing address of person to notify in the event of a defective invoice.; viii. Taxpayer identification number (TIN).; ix. Electronic funds transfer (EFT) banking information.; x. Any other information or documentation required by the contract (e.g. evidence of shipment).; (2) For cost reimbursement or time and material contracts (other than a contract for a commercial item), the contractor shall bill and maintain a record of indirect costs in accordance with FAR 52.216-7(d).; (b) Supplemental documentation required for review and approval of invoices, at the written direction of the contracting officer, may be submitted directly to either the contracting officer, or the contracting officer’s representative. Contractors shall submit all supplemental invoice documentation along with the original invoice.; (c) Invoices that fail to provide the information required by the Prompt Payment clause (FAR 52.232-25) may be rejected by the Government and returned to the contractor.In addition to the invoice requirements contained in FAR 32.905 and FAR 52.216-7, the following also applies: (1) Invoices must include the following information to support all costs claimed: (a) period of performance for the costs claimed; (b) current amounts for each CLIN, if applicable; (c) current direct and indirect incurred costs, including fee; (d) cumulative amounts for each CLIN; and (e) statement signed by an authorized company representative certifying that the costs in the invoice are accurate and complete. (2) The Government reserves the right to make invoice adjustments if associated costs are determined to be unallowable.In addition to the Commercial Items Terms and Conditions listed above, the following Terms will be included in all applicable cases;FAR 52.232-39 - Unenforceability of Unauthorized Obligations (Jun 2013)FAR 52.249-01 - Termination for Convenience of the Government (Fixed-Price) (Apr 2012)HSAR 3052.204-70 - Prohibition on contracts with corporate expatriates (JUN 2006)The Government reserves the right to include any additional Terms and Conditions that apply to the awarded contract. All Term and Conditions will be included as an attachment to the award for the contractor to review.Contact Information: Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com; Office Address :1331 Pennyslvania Ave, Washington, DC 20229 Location: Procurement Directorate - DC Set Aside: Total Small Business

Edinburg, TX 78552Location

Address: Edinburg, TX 78552

Country : United States

You may also like

285GV23 - AMMUNITION AND LESS LETHAL MUNITIONS

Due: 07 Mar, 2025 (in 10 months)Agency: City of Scottsdale

9MM BBR BLANK AMMUNITION

Due: 29 May, 2024 (in 1 month)Agency: FEDERAL LAW ENFORCEMENT TRAINING CENTER

9MM AMMUNITION VISTA OUTDOOR SALES **MUST BE DELIVERED TO LOCKSHOP/ARMORY**

Due: 01 Jun, 2024 (in 1 month)Agency: FEDERAL PRISON SYSTEM / BUREAU OF PRISONS

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAISC: GSA CLASS CODE: 13