Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2006 FBO #1532
MODIFICATION

63 -- Request for Information - Handheld and Desktop Explosive Detection Equipment

Notice Date
2/3/2006
 
Notice Type
Modification
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Center for IT Solutions (5TF), 230 South Dearborn Street - Room 3380, Chicago, IL, 60604-1696
 
ZIP Code
60604-1696
 
Solicitation Number
Reference-Number-5T061080
 
Response Due
2/3/2006
 
Archive Date
2/18/2006
 
Point of Contact
Micky Mayes, Contracting Officer, Phone 312-886-8820, Fax 312-886-3827, - Jose Rodriguez, Contract Specialist, Phone 312-886-2362, Fax null,
 
E-Mail Address
micky.mayes@gsa.gov, josel.rodriguez@gsa.gov
 
Description
The General Services Administration?s Federal Technology Service, Region 5 Chicago, on behalf of the U.S. Air Force Electronic Systems Center (ESC) Forces Protection Squadron, is issuing this Request For Information (RFI) in order to identify companies having the technology, qualification and capabilities to provide Hand Held and Desktop Explosion Detection Equipment for over 200 Air Force installations both Continental United States (CONUS) and Outside the Continental States (OCONUS). Capabilities/qualifications submitted in response to this RFI will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. Responses will be evaluated for their viability. The determination of procurement strategy, based upon the responses to this RFI, is solely within the discretion of the government. All sources may submit a response, which will be considered by the government. This RFI is for information and planning purposes only. It does not constitute a solicitation for bids or proposals, and is not to be construed as a commitment by the Government. Furthermore, the Government reserves the right to publish any information provided by a respondent to the RFI if publishing such information is done without attribution (i.e., does not identify the party submitting the response materials), and would not reveal company trade secrets or other similar protected or proprietary information. For example, if a respondent were to ask when the draft RFP would be released, then such a question could be published without attribution and would not jeopardize any corporate or trade secrets of the respondent. Accordingly, the Government may publish such materials. On the other hand, if a respondent were to provide detailed product rollout plans for a new device, then that material would not be published if properly marked. We invite comments/information on the following: A respondent?s commercial-off-the-shelf product(s) and capability(-ies) to meet the requirements as drafted in the attached technical requirements document. Whether the above products and capabilities are currently available on an established Government contract (i.e., GSA FSS Schedule). Whether the above products and capabilities are currently available on the open market. Typical pricing structure for Handheld and Desktop Explosive Detection Equipment. Specifically, what is included in the unit price of the explosive detection device/equipment and what is priced separately? For example, does the unit price of an explosive detection device/equipment include installation, manuals, training, technical support, upgrades, extended warranties, etc. Client references to other Government Agency POC's with in-depth experience procuring similar devices. Industry Performance Parameters and Measures of Performance/Standards for Handheld and Desktop Explosive Detection Equipment. Please provide the Government with information and advice regarding recognized Government and/or Industry standards to describe the detailed technical capabilities of handheld and desktop explosives detection equipment. The Government is especially interested in standards that might be used to describe the capabilities of such equipment generically, using the standard itself as a qualifying parameter for equipment procured, without going into the potentially classified details of the equipment's capabilities. The Government's intent is to be able to specify the technical requirements of such devices by requiring compliance with a standard (that may itself contain detailed classified information) in a procurement that contains no specifically classified details in either the requirement statement or the resultant proposals. Security Classifications for Explosive Detection Equipment standards or performance capabilities. Common commercial practices and standards for warranty coverage applicable to Handheld and Desktop Explosive Detection Equipment. For example, what is and is not covered under the warranty(-ies)? What is the duration of the warranty period? Are extended warranties common and available for this equipment? Common commercial practices and standards for preventative maintenance (i.e., How much preventative maintenance for explosive detection equipment is required? Is this typically carried out end users or under maintenance agreements with the manufacturer or other service provider?). Common commercial practices and standards regarding end user training on the use and maintenance of Handheld and Desktop Explosive Detection Equipment. Management and operations associated with delivery of equipment, quality control, scheduling, training and technical support to include domestic and overseas locations. Contractor?s and/or potential subcontractors? status as a small business, veteran owned small business, -HUBZone small business, small disadvantaged business, service-disabled veteran owned small business, women-owned small business. Proprietary Information. Indicate specifically whether the response includes proprietary information, and which information should be considered proprietary. Requirements for marking proprietary information are in FAR Subsection 3.104. Note: See FAR Subsection 3.104-4 for how this information will be safeguarded, if properly labeled. This RFI is being issued in accordance with Federal Acquisition Regulation (FAR) 15.201(e). The Government does not intend to award a contract on the basis of the RFI. Responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of submission of responses to this RFI and the Government?s use of such information.
 
Place of Performance
Address: Multiple locations.
 
Record
SN00980160-W 20060205/060203212739 (fbodaily.com)
 
Source
FedBizOpps 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.