Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2005 FBO #1143
SOLICITATION NOTICE

58 -- Linear Radiation Monitors

Notice Date
2/2/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Property Procurement and Management Section, 935 Pennsylvania Avenue, N.W., Washington, DC, 20535
 
ZIP Code
20535
 
Solicitation Number
RFQ100481
 
Response Due
2/17/2004
 
Point of Contact
Garland Crosby, Contracting Officer, Phone 202-324-9013, Fax 202-324-0570,
 
E-Mail Address
ppmsscgcu@fbi.gov
 
Description
This is a combined synopsis and solicitation for Commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subparts 12 and 13, as supplemented with additional information included in this notice. The announcement constitutes the only notice; bids are being requested and an additional written solicitation will not be issued. The provisions and clauses incorporated are those in effect through Federal Acquisition Circular (FAC) 2001-19. This solicitation can be found at www.fedbizopps.gov under Federal Bureau of Investigation (FBI) RFQ# 100481 and is written is under the Simplified Acquisition Procedures (SAP). This solicitation is 100% Small Business Set?Aside. The North American Industry Classification System (NAICS) Code is 334519, and the Business Size Standard is 500 employees. This will be a Firm-Fixed Price contract. The FBI has a Brand Name or Equal request for ten (10) Linear Radiation Monitors (LRM) which are manufactured by Sensor Technology Engineering, Inc. in Santa Barbara, CA 93117. The product specifications and salient characteristics are as follows: a string of 18 cesium iodide gamma and 9 helium 3 neutron detectors connected to an operator controlled module; an operating temperature range of 5 to 122 degrees F and a storage temperature range of -10 to 122 degrees F; units must operate on 'commercially' available standard batteries; unit must have audible, vibrating and visual alarms; must be useable at a length of no less than 80 feet and have a response time not to exceed 0.6 seconds. The minimum performance requirements are as follows: LRM's must be rugged, man portable and capable of a rapid screening of sealed cargo containers. Units must be able to detect the presence of gamma and neutron radiation that exceeds normal background levels. The above characteristics are intended to be descriptive, but not restrictive. Unless clearly marked that the vendor is quoting on an "Equal", the offered item shall be considered to be the "Brand Name" product as referenced in this announcement. If the vendor proposes to furnish an "Equal" item, the brand name and/or manufacturer of the product to be furnished shall be inserted on the proposal. The evaluation of the quotations and the determination as to equality of the product shall be the responsibility of the Government and will be based on information furnished by the vendor. The purchasing activity is not responsible for locating or securing any information which is not identified in the quotation. To ensure sufficient information is available, the vendor must furnish as a part of his quotation all descriptive material (such as cuts, illustrations, drawings or other information including samples of the offered item(s)) necessary for the purchasing activity to determine whether the product meets the salient characteristics of the requirement. Further details on specifications and general performance requirements of the FBI are provided in the attached electronic solicitation. The Contractor must provide complete equipment specifications along with their price quote. The following clauses are incorporated by reference and apply to this acquisition: FAR 52.212?4 Contract Terms and Conditions?Commercial Items (Oct. 2003); FAR 52.217-6 Option to Increase Quantity (Mar. 1989); FAR 52.216-19 Ordering Limitations (Oct. 1995) and FAR 52.212?5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Jan. 2004) FAR provision 52.212?2 Evaluation ? Commercial Items (Jan. 1999) with Addendum to include in paragraph (a) the Government will award a contract resulting from this solicitation which will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical performance capability of equipment offered; (2) Past Performance of equipment offered; and (3) Price; in descending order of importance. Technical capability and past performance, when combined are significantly more important than price. For evaluation of past performance, offerors are required to submit information of the last three (3) government/commercial contracts for product(s) offered, including the name of the Agency/Company, date awarded, award amount, contract number, agency/company point of contact with address and telephone number. Submissions by Offerors are requested to be presented in two distinct sections, the FIRST being a technical offer to include specifications, diagrams, and performance capabilities as needed to adequately represent the offered product and a SECOND section to include item pricing, warranty information and past performance information which consists of contact information (ie. name, address and phone numbers) for three individuals. Each offeror shall include a completed copy of the FAR provisions at 52.212?3, Offeror Representation and Certifications (Jan. 2004) with its offer. This provision can be obtained via the Internet at http://www.acqnet.gov/far.All quotes / offers shall be submitted to the address listed on line number seven no later than 4:30 p.m. EST, February 17, 2004 OR submitted via facsimile at (202) 324-0570 [ in accordance with FAR clause 52.215-5 Facsimile Proposals (Oct 1997) ] by the same day and time. Quotes and offerors not received at the mail or fax location specified will be considered late/non?responsive in accordance with the FAR. Due to heightened security and scrutiny of mail entering Government buildings, offerors are encouraged to use an express mail courier to reduce possible delays in the delivery of quotes and offers. No hand deliveries will be accepted by the FBI. Quotations and offerors must state offeror name, address, and telephone number and be marked with solicitation number RFQ#100481. The Government anticipates award to be made within two (2) weeks after closing. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (02-FEB-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 10-JAN-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOJ/FBI/PPMS1/RFQ100481/listing.html)
 
Record
SN00732680-F 20050112/050110212557 (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.