Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2006 FBO #1564
SOLICITATION NOTICE

36 -- baggage conveyor for canine training purposes

Notice Date
3/7/2006
 
Notice Type
Solicitation Notice
 
NAICS
488119 — Other Airport Operations
 
Contracting Office
DHS - Border and Transportation Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street TSA-25, 10th Floor, Arlington, VA, 22202
 
ZIP Code
22202
 
Solicitation Number
HSTS02-06-Q-CAN096
 
Response Due
3/14/2006
 
Description
This is a combined synopsis-solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested at this time and a written solicitation will not be issued. This solicitation, HSTS02-06-Q-CAN096 is issued as a request for quotation (RFQ). Transportation Security Administration?s National Explosives Detection Canine Program requires a flat plate oval shaped baggage conveyor (such as would be used in an airport environment) for the purposes of canine training exercises. Included by the Contractor shall be: transport of the conveyor to Lackland AFB, San Antonio Texas; installation; and maintenance training. The dimensions of the conveyor should be as follows: 40ft x 20ft, with a 3ft moving belt, and no higher than 20-21 inches from the ground. As safety of the canine trainees is of paramount importance, the conveyor must also have additional safety features such as emergency start-stop features with visual and audible alarms, and multiple control stations. The provision at 52.212-1, Instructions to Offerors ? Commercial. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications ? Commercial Items, with response to the RFQ. The subsequent purchase order for supplies shall include the clause at 52.212-4, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders ? Commercial Items shall also be included in the purchase order. THESE PROVISIONS AND CLAUSES CAN BE VIEWED AT THE FOLLOWING WEBSITE: www.arnet.gov. This effort shall result in a firm-fixed price (FFP) purchase order for supplies. The Government shall evaluate quotations based on: (1) mechanical quality & dimensions of conveyor; (2) safety features; (3) delivery time; and (4) price. Of these, factors 1 and 2 are most important and equivalent to each other in importance; factor 3 is second in importance; factor 4 is last in importance. Award will be made based on the offer considered to provide the best value to the Government, technical factors and price included. Upon evaluation, as offers become closer in technical criteria ratings, price will become more important. Quotes should be firm fixed price, and include separate line items for the conveyor, transportation, installation, and maintenance training. Drawings are highly encouraged. OFFERS ARE DUE BY 12:00 Noon, Eastern time, Tuesday, March 14, 2006. Contractors should e-mail their quotation, representations and certifications as required by far 52.212-3 (see above), and any associated documents to Sandra.McLaughlin@dhs.gov. Please contact Sandra McLaughlin via email if you have questions regarding this synopsis-solicitation. Offerors may only submit questions until close of business (5:00 p.m. Eastern) on March 9, 2006. Answers to substantive questions will be posted to this site. No questions will be answered after that time and date.
 
Place of Performance
Address: Lackland AFB, San Antonio, TX
 
Record
SN01001140-W 20060309/060307211552 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.