Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2005 FBO #1242
SOLICITATION NOTICE

63 -- 05-TSD-PR-GF5993

Notice Date
4/19/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
UNITED STATES SECRET SERVICE PRO-PROCUREMENT DIV 950 H STREET NW PROCUREMENT ROOM 6700 WASHINGTON DC 20223
 
ZIP Code
20223
 
Solicitation Number
HSSS01-05-C-0015
 
Response Due
4/27/2005
 
Archive Date
5/27/2005
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation that will be issued for the requirements set forth below, quotations are being requested and a written solicitation will not be issued. Request for Quotation Number HSSS0105C0015 is issued as a Request for Quotations (RFQ) through Federal Acquisition Circular (FAC) 2005-02, effective 23 Mar 2005 & Class Deviation 2005-o0001. This action is unrestricted. The NAICS code is 335999 and the small business size standard is 500. The United States Secret Service (USSS) has a requirement for Senstar-Stellar Inc., alarm and display system hardware and certified or authorized Senstar-Stellar technicians to perform the on-site support. The delivery schedule for this equipment will be thirty (30) days after receipt of order (ARO). The Government intends to award a firm, fixed-price contract for the following list of Perimitrax and Senstar 100 Hardware requirements to include the Contract Line Item Numbers (CLINs): Perimitrax Hardware (CLINs 0001 through 0023): CLIN 0001: Quantity of six (6) Each, Part Number A3FG0102; Alternate Frequency Set Sensor module for standalone or network operation; CLIN 0002: Quantity of two (2) Each, Part Number A3FG0103; Special Purpose Module for injecting or removing RS-485 data or data input/output points (8/4); CLIN 0003: Quantity of eight (8) Each, Part Number M0704 Optional handle, lockable, for NEMA enclosure (Padlock required (not included)); CLIN 0004: Quantity of ei ght (8) Each, Part Number A3MA0501; Outdoor NEMA 4/IP 66 rated enclosure with integral tamper switch; CLIN 0005: Quantity of two (2) Each, Part Number A3EM0305; Network power supply, 115/230 VAC, 50/60 Hz input, 48 VDC/350 W output; CLIN 0006: Quantity of four (4) Each, Part Number A3FG0201; 20x50 meter (164') SC1 cable; CLIN 0007: Quantity of four (4) Each, Part Number A3FG0202; 20x100 meter (328') SC1 cable; CLIN 0008: Quantity of two (2) Each, Part Number A3FG0201; 50 meter Lead-In x 50 meter (164') SC1 cable; CLIN 0009: Quantity of two (2) Each, Part Number A3FG0203; 50x100 meter (656') SC1 cable; CLIN 0010: Quantity of seven (7) Each, Part Number A3KT0701; SC1 cable network decoupler kit; CLIN 0011: Quantity of two (2) Each, Part Number A3KT0200; Pair of mini-load terminators; CLIN 0012: Quantity of one (1) Each, Part Number A3CA0601; 25 m (82') SC1 cable lead-in cable (cable pair); CLIN 0013: Quantity of two (2) Each, Part Number A3CA0602; 50 m (164') SC1 cable lead-in cable (cable pair); CLIN 0014: Quantity of two (2) Each, Part! Number A3CA0603: 100 m (328') SC1 cable lead-in cable (cable pair); CLIN 0015: Quantity of one (1) Each, Part Number A3BA0400; Local Interface Assembly used with sensor modules in standalone configurations; CLIN 0016: Quantity of two (2) Each, Part Number A3KT0500; SC1 cable repair kit; CLIN 0017: Quantity of one (1) Each, Part Number A3KT0300; Ferrite beads (50), SC1 cable; CLIN 0018: Quantity of eight (8) Each, Part Number A0SP0700; TNC male connector; CLIN 0019: Quantity of one (1) Each, Part Number A3KT0300; Ferrite beads (50), SC1 cable; CLIN 0020: Quantity of twelve (12) Each, Part Number A3SP1300; Geotextile fabric for containing sensor cable in protective sand underground; CLIN 0021: Quantity of twenty-eight (28) Each, Part Number E0310 External lightning arrestor, recommended for areas with high incidence of lightning; CLIN 0022: Quantity of thirty (30) Each, Part Number T0600; TNC male to N female adapter, for use in connecting older style Sentrax cable to sensor m odules; CLIN 0023: Quantity of twenty-eight (28) Each, Part Number E0311; Gas pellet for lightning arrestor; and Senstar 100 Hardware (CLINs 0024 through 0030): CLIN 0024: Quantity of two (2) Each, Part Number B0256; 4 Port serial Card, RS-232, DB-9M Connectors; CLIN 0025: Quantity of two (2) Each, Part Number M0EM0502; Network Controller Rackmount Fiber; CLIN 0026: Quantity of three (3) Each, Part Number P0094; Power supply/float charger, 115 VAC/13.5 VDC., indoor; CLIN 0027: Quantity of one (1) Each, Part Number M1BA0501; Relay output card, 64 inputs and 64 dry contact closure outputs; CLIN 0028: Quantity of four (4) Each, Part Number M0KT1300-001; Mounting plate for fiber optic repeater cards; CLIN 0029: Quantity of four (4) Each, Part Number M0BA0803; Two (2) port fiber optic repeater card assembly; CLIN 0030: Quantity of one (1) Each, Part Number W0222; Data grade cable for RS-485 network wiring, one pair, 30 m (100 ft.) length; and On-Site Support and Training (CLIN 0 031) (Note: Each trip should be a total of seven days each): C! LIN 0031AA Tr The Contractor shall deliver and install the complete quantity, FOB Destination, with all freight included in the delivered price, within thirty (30) days of contract award. Delivery instruction to the attention of the U. S. Secret Service will be provided in the contract. All quotations must include a unit price for each CLIN item enumerated above. The following FAR Provisions and Clauses are applicable unless otherwise noted: 52.204-7, Central Contractor Registration; 52.212-3, Offeror Representations and Certifications ? Commercial Items; 52.212-4, Contract Terms and Conditions ? Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items. The following clauses cited in 52.212-5 are applicable: 52.222-3, Convict Labor; 52.222-19, Child Labor ? Cooperation with Authorities and Remedies; 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; 52.225-3, Buy American Act ? Free Trade Agreement ? Israeli Trade Act, Alternate I; 52.225-13, Restriction on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. FAR Clause in full text: 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical capability of the item offered to meet the Government requirements (Offeror shall provide proof of technical capability of any items offered other than the Perimitrax and Senstar 100 Hardware); (2) Relevant Experience with Perimitrax and Senstar 100 Hardware (Offeror shall provide a summary of their relevant experience and qualifications (e.g., resume of Offeror and key personnel)); (3) Past Performance (Offeror shall provide at least three references of similar effort that was performed by your organization); (4) Price Technical and past performance, when combined, is equal to cost or price. [FAR 15.304] (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) These FAR Provisions and Clauses may be accessed via the World Wide Web at: http://www.arnet.gov/far/. The following HSAR and USSS Clauses are applicable unless otherwise noted: 3052.209-70, Prohibition on Contracts with Corporate Expatriates; and USSS70, Unauthorized Use of the U.S. Secret Service Name. Telephone requests for copies of these Provisions and/or Clauses will not be accepted. Quotations (offers) must contain the following: 1) Unit Pricing and Extended Pricing for Each CLIN Item; 2) Completed and Signed Copy of FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items; 3) the supporting evaluation documentation required by FAR Clause 52.212-2 -- Evaluation -- Commercial Items (Jan 1999), paragraph (a) and 4) the offerors (i.e., Company?s) DUNS Number; Cage Code and TAX Identification Number. FAR 11.105, entitled Items Peculiar to One Manufacturer states inter alia ?agency requirements shall not be written so as to require a particular brand name, product, or feature of a product, peculiar to one manufacturer, thereby precluding consideration of a product manufactured by another company.? An exception to this rule is allowed only if there is a written justification and a ?particular brand name, product or feature is essential to the Government?s requirements, and market research indicates other companies? similar products, or products lacking the particular feature, do not meet, or cannot be modified to meet, the agency?s needs.? For the requirements stated above, the products of Senstar-Stellar Inc., (i.e., Perimitrax and Senstar 100 Hardware requirements) and certified or authorized Senstar-Stellar technicians are necessary to meet the requirements of the United States Secret Service. The requirements stated above must be able to interface with existing Senst ar-Stellar equipment currently installed in the final installation location. Therefore, no other products or technicians will meet the needs of the United States Secret Service. Please note: The place of performance will vary within the Washington, D.C. Metropolitan area. All responsible offerors shall forward the quotation package via facsimile, (202) 406-6801, to the attention of David J. Dawson no later than 3:00 PM on April 27, 2005. The Government anticipates an award date on or about 2 May 2005. The Government will not be responsible for any costs associated with the preparation of responses to this announcement.
 
Place of Performance
Address: UNITED STATES SECRET SERVICE PRO-PROCUREMENT DIV 950 H STREET NW PROCUREMENT DIVISION ROOM 6700 WASHINGTON DC 20223 USA
Zip Code: 20223
Country: USA
 
Record
SN00790722-W 20050421/050419211551 (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.