Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2003 FBO #0751
SOLICITATION NOTICE

66 -- Portable Hazardous Material Identification Analyzer for unknown liquids, powders and solids

Notice Date
12/16/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Direct Reports, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20223
 
ZIP Code
20223
 
Solicitation Number
Reference-Number-4TSD012
 
Response Due
12/24/2003
 
Archive Date
12/24/2003
 
Point of Contact
Pete Hunter, Contract Specialist, Phone (202) 406-6940, Fax (202) 406-6801, - Kelly Curtin, Contract Specialist, Phone 202/406-6940, Fax 202/406-6801,
 
E-Mail Address
phunter@usss.treas.gov, kcurtin@usss.treas.gov
 
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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as request for quotation (RFQ) # 4-TSD-012 using FAR Part 13 procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-17. This action is unrestricted. The Small Business Competitiveness Demonstration Program does not apply to this acquisition. The United States Secret Service requests quotations on a Brand Name or Equal version of the following items: CLIN 0001, SensIR Technologies HazMat ID Command System, 1 System. CLIN 0002, Aldrich Chemical Library that is incorporated into the HazMat ID Command System identified in CLIN 0001. As a minimum, the following specifications shall be met by "or equal" equipment quoted in response to this solicitation: The analyzer must be a field FT-IR spectrometer with integrated computer capable of analyzing solids and liquids, including corrosive and abrasive samples. It must be capable of operation in the Hot Zone of a WMD incident. The system must weigh less than 25 lbs and operate on an integrated portable power system for at least two hours. Power source must be capable of being trickle-charged when the unit is plugged in AC power. Power source must be inside the unit to protect from contamination. The unit must not have any exposed cables or require any external utilities for operation. The system must have a Diamond ATR sampling interface for easy preparation of samples without concern for pH or hardness. The system must have an integrated video capability to allow correct positioning of small samples on the diamond sensor. The system must have a ZnSe beam splitter that is impervious to environmental conditions when field-deployed and must not require any utilities or dessicants to prevent moisture damage to the optical components. The entire analyzer and integrated computer must be sealed so that it is completely waterproof for outdoor use. In addition, it must be capable of being submerged in a decontamination solution of bleach. The analyzer must have the capability to hook to external computers via an Ethernet connection to allow post-processing of data, report generation and Internet transmittal of spectra to the customer service team. The analyzer must have the ability to accept an external keyboard and mouse when not in the hot zone. The system must have the ability to write to a CD-RW, Flash Memory or floppy drive and to print, using an integrated USB connection. The system must have an integrated wireless capability so that the spectrometer can communicate with a wireless-enabled laptop at Incident Command, transfer data and also allow Incident Command to control the analyzer when appropriate. The system must include a comprehensive library collection (to include the Aldrich library) of Weapons of Mass Destruction such as G and V agents, TICs, TIMS, Explosives, Drugs and Drug precursors in addition to ongoing development of libraries as the threat changes such as white powders. The system must include custom software screens that allow the user simply to identify unknown compounds, without the need for spectroscopy knowledge. The software must tie into the NIOSH database so that the identity of the compound will trigger information about the correct level of protection, remediation steps etc. In addition, an automatic one-button "subtract and search" capability for dealing with mixtures must be available. All buttons should be large enough to be visible and used in Level A gear. Computer screen must be backlit for night-time use. The system must include one day of HAZMAT training by a certified HazMat instructor where Secret Service attendees will be educated on how to utilize the analyzer. Equipment should also include 24/7 technical support capabilities to chemists for assistance in the identification of unknowns and troubleshooting system problems must be included for one year from the date of receipt of the analyzer. When the system is being serviced, a loaner analyzer must be available within one business day to ensure that the Secret Service endures minimal down time. Delivery must be made to: United States Secret Service, Technical Security Division, 843 Brightseat Road (Rear), Landover, MD 20785. Delivery must be made no later than April 2, 2004. FOB Destination. The Federal Acquisition Regulation (FAR) provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at FAR 52.212-2 applies. Specific Evaluation Criteria to be included in paragraph (a) of FAR 52.212-2 should read, "(1) Technical capability of the item offered to meet the Government requirement and (2) price. All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. Evaluation and award shall be based on the lowest quoted price for a product that is in compliance with the salient characteristics if all vendors respond with the brand name item mentioned or its functional equivalent. The Government reserves the right, however, to evaluate technical excellence in order to make a best value decision. This right may be exercised only if a vendor responds by proposing a product that is not the aforementioned brand name item, the proposed product complies with the brand name item?s salient characteristics, the proposed product is technically superior to the brand name item mentioned in this document, and awarding to the vendor who proposed the product would be most advantageous to the Government. If this right is exercised, it could result in award to other than the lowest priced quoter. All responsible vendors may submit a quotation which, if timely received, shall be considered by the United States Secret Service. The following factors shall be used to evaluate quotations: (i) technical, (ii) price, and (iii) warranty. The technical evaluation will consist of reviewing literature for compliance with meeting or exceeding requirement specifications. If any vendor fails to provide requested descriptive literature, as applicable, that failure may be grounds for disqualification. Warranty - The vendor exceeding the standard commercial warranty, and offering the government the best value, shall be rated higher. Price Evaluation ? The total price shall be considered. The total price of the deliverables shall include all warranties, delivery, and supplies." Quoters are advised that they should submit with their quotes completed copies of the documents required at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial items, applies to this acquisition. The clause at FAR 52.212-5 applies to this acquisition. Additional FAR clauses cited in 52.212-5 that apply to this acquisition follow: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate 1; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.225-3, Buy American Act; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, payment by Electronic Funds Transfer-Central Contractor Registration. A clause that protects the interests of the United States Secret Service in accordance with 18 U.S.C. 709 shall apply to this acquisition. All quoters wishing to submit a quotation are required to be registered in the Central Contractors Registration (CCR). If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov. Contractors are required to have a Dun & Bradstreet number (DUNS) in order to be registered in the CCR database. Failure to register may make a quoter ineligible for award. A contractor can receive a DUNS number by calling Dun & Bradstreet at 1-800-333-0505. Internet registration takes approximately 72 hours: mail-in registration takes approximately 30 days. Inspection for acceptance will take place at the aforementioned address. All quotations shall be submitted via facsimile to (202) 406-6801 or via electronic mail to Pete.Hunter@usss.dhs.gov, Attention: Pete Hunter by 12:00 P.M. Eastern, December 24, 2003. All questions shall be submitted no later than 12:00 P.M. Eastern, December 19, 2003. No hand carried or hand delivered quotations will be accepted. Potential quoters are hereby put on notice that if the quotation is not received in full by the time and date stated above, that quoter?s submission shall be considered late and may not be evaluated. If quoting an "or equal" system, the brand name of the product furnished shall be identified clearly on the quotation. The evaluation of quotations and the determination as to the equality of the system to the aforementioned system shall be the responsibility of the Government and shall be based only upon information provided by the vendors and the Government?s evaluation. The Government shall not assume the responsibility of locating or securing any information which is not identified in the quotation. To ensure that sufficient information is available, the vendor shall furnish as part of the quotation all descriptive material and certifications necessary for the United States Secret Service to determine whether the product meets the aforementioned salient characteristics of this requirement. The United States Secret Service reserves the right to request a sample of "or equal" units quoted in response to this solicitation. All units quoted are required to have a presence in the commercial marketplace at the date of the quotation. Vendors proposing to modify a product to make it conform to the requirements of this announcement shall include a clear description of the proposed modification and clearly mark any descriptive material to show proposed modification. For information regarding this solicitation, please contact Pete Hunter at (202) 406-6782.
 
Place of Performance
Address: 843 Brightseat Road (Rear)/Landover/MD
Zip Code: 20785
Country: USA
 
Record
SN00490329-W 20031218/031216211548 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.