Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2004 FBO #1004
SOLICITATION NOTICE

58 -- Radiation Pagers

Notice Date
8/24/2004
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
DHS - Border and Transportation Security, Customs and Border Protection, Procurement Division, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229
 
ZIP Code
20229
 
Solicitation Number
Reference-Number-20006212
 
Response Due
8/30/2004
 
Archive Date
9/14/2004
 
Point of Contact
Lloyd Burton, Contract Specialist, Phone 214-905-5744, Fax 214-905-5746, - Thomas Jones, Contract Specialist, Phone 214-905-5392, Fax 214-905-5568,
 
E-Mail Address
Lloyd.Burton@dhs.gov, Thomas.Jones@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
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; quotes are being requested and a written solicitation will not be issued. Solicitation #20006212 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 24. This is a 100% Total Set-Aside for Small Business with NAICS (North American Industry Classification System) code 334519 and small business size standard of 500 employees. Multiple awards could be made. The Radiation Pagers shall provide and meet the following specification, and be of name brand or equal to Sensor Technology Engineering, Incorporated product The Radiation Pager. The following salient characteristics: cesium iodide scintillation detector, detector size is 0.5? diameter x 1.5? long, unit size is 4.1? x 2.4? x 0.9?, weighs 6 oz. with batteries, operating temperature range from 5-122 degrees Fahrenheit, 45 KeV low energy cutoff, and less than one second integration time (response time). The Radiation Pager is approximately the size of a message pager and can be worn on a belt or carried in a pocket. When the Radiation Pager detects x-rays or gamma rays, the Pager quickly alerts the operator by flashing a high-intensity light and sounding an alarm or vibrating (depends on mode selection). The operator shall easily locate the radiation source and radiation intensity using a daylight visible single digit LED display, a flashing LED, and audio tone/vibration alarm. The Radiation Pager shall be designed to withstand daily rigorous use and operate continuously for over a year on two AA alkaline batteries. Offerors should provide a Firm Fixed Quote for Radiation Pager, 20 each $ _______Each, or 25 each $______Each or 45 each ____ Each. The CBP?s desired delivery is 30 days after receipt of order. FOB destination. Location(s) will be identified at the time the order is placed. Inspection shall be in accordance with FAR 52.247-34?F.O.B. Destination. Packing and packaging shall be in accordance with commercial practice to assure delivery at destination. Provision 52.212-1, Instructions to Offerors, Commercial, applies to this acquisition. The following provision is incorporated by reference as addenda to 52.212-1: 52.211-6 Brand Name or Equal. Offeror?s attention is drawn to paragraph (d) of the provision. Unless the offeror clearly indicates in its offer that the product being offered is an ?equal? product, the offeror shall provide the brand name product referenced in the solicitation. Offerors should submit warranty information, as well as appropriate information on the prices at which the same item or similar items have previously been sold, adequate for determining the reasonableness of the price. Provision 52.204-6. Data Universal Numbering System (DUNS) Number is incorporated by reference. Offerors shall include a completed copy of provision 52.212-3, Offeror Representations and Certification ? Commercial Items, along with the firm?s DUNS number with their quote. Clauses 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.204-7, Central Contractor Registration; 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.225-13, Restrictions on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration are incorporated by reference into the solicitation FAR 52.212-2, Evaluation-Commercial Items is applicable. A comparative evaluation of quotes will be conducted on Technical and Price, technical being more important than price. Technical: Offers shall submit a technical description, pictures of the product offered in the quotation and any other information to verify conformance to specifications. Warranty information shall also be included. Include a narrative explaining the capabilities of your firm to meet the requirements of this solicitation such as financial resources, past experience in similar work, and integrity. Government past performance: Include a list of prior government contracts which includes the name and phone number of the contracting officer; name and phone number of your bank and other references: FAR 52.219-8, Utilization of Small Business Concerns, FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam; FAR 52.225-1, Buy American Act-Supplies; FAR 52.252-1, Solicitation Provisions Incorporated by Reference, ?Also, the full text of a solicitation provision may be accessed electronically at http://www.arnet.gov./far, Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order, Commercial Items, is incorporated by reference into this solicitation. Quotes are due no later than 2:00 p.m. (C.S.T) on 30 August 2004 in the CBP-Dallas Contracting office at the address listed above. It is the policy of the Department of Homeland Security to issue solicitations and make contract awards in a fair and timely manner.
 
Place of Performance
Address: 45085 Old OX Road, Dulles, VA
Zip Code: 20166
Country: USA
 
Record
SN00650141-W 20040826/040825041620 (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.