Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2007 FBO #2005
SOLICITATION NOTICE

66 -- GPS Navigation Systems

Notice Date
5/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-NFFKAE00-7-05736
 
Response Due
5/31/2007
 
Archive Date
6/15/2007
 
Description
This is a Request for Quotation to procure several GPS Navigation Systems for the NOAA/Office for Law Enforcement. Specifications for the GPS Navigational Systems are: Portable: Unit will be used primarily in vehicles; however, it must be portable for use in the field; no hard installation required; Sized to be easily portable in the field; light weight; Minimum 3.5 inch color touch screen; Touch-screen menus and keypads; Right or left hand use; Turn-by-turn voice and visual guidance to include street names; Built-in maps for 50 US states, U.S. Virgin Islands, Puerto Rico and Canada; Expandable map capability, including marine charts and TOPO products; Secure digital card compatible; Minimum 20 Gb drive; Map and 3D view; Rechargeable battery; 4-hour minimum use without access to power; Multi-destination optimizer, 20 or more locations; Auto re-route and manual re-route capability (accidents, detours, etc.); Volume increases with noise/speed; Adjustable color and contracts for night/daylight viewing; Sunlight readable; Auto-complete feature for text entry; Include significant points of interest with contact information (gas stations, hotels, etc.); Customized route options (shortest time, shortest distance, least used or most used freeways, avoid tolls, etc.); Ability to store information on recurring trips and specific locations; Instant location for emergency services; Waterproof; On screen icons which can be touched for information; Ready to use out of the box; AC charger; Vehicle charger; Interfaces with computer; USB cable for interface; Ability to enter latitude/longitude coordinates and navigate to them; Integrated antenna for portable use; One year of updates (maps and operating systems); Set price for annual updates during the life of the contract; WAAS enabled; Window mount; Travel storage case; Warranty. Period of performance will be from date of award through five years (60 months). Offerors are required to provide a firm, fixed price for anticipated maximum of 150 units. These initial 150 units shall be delivered within 30 days after receipt of order. Up to 30 units may purchased each subsequent year, to be delivered within 30 days of receipt of order. Offerors are to provide firm-fixed price for each subsequent unit purchased. Initial order to ship to 7 locations ( 6 Divisions & HQ); locations and number of units to be shipped to each location are listed below. Pricing shall include shipping of the initial 150 units to the following locations: NOAA/NMFS/ENFORCEMENT Headquarters, 8484 Georgia Ave, Suite #415 Silver Spring, MD 20910, 13 units; NOAA/NMFS/ENFORCEMENT NorthEast Division, 1 Blackburn Drive, Room 206, Gloucester, MA 01930, 33 units; NOAA/NMFS/ENFORCEMENT SouthEast Division, 263 13th Avenue South, Suite #109, St. Petersburg, FL 33701, 32 units; NOAA/NMFS/ENFORCEMENT Alaska Division, P.O. Box 21767, 709 W. 9th Street, Room M09C, Juneau, AK 99802, 23 units; NOAA/NMFS/ENFORCEMENT NorthWest Division, 7600 Sand Point Way, NE Seattle, WA 98115, 22 units; NOAA/NMFS/ENFORCEMENT SouthWest Division, 501 W. Ocean Blvd, Suite 4300, Long Beach, CA 90802, 17 units; NOAA/NMFS/ENFORCEMENT Pacific Islands Division, 1601 Kapiolania Blvd, Suite 950, Honolulu, HI 96814, 10 units; The award shall be made on a best value basis using simplified acquisition procedures. Quotes will be evaluated based upon approach, past performance, and price. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-16. The provisions and clauses may be downloaded at http://www.acqnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial, FAR 52.212-2, Evaluation, Commercial Items. The Government shall award a purchase order resulting from this solicitation to the responsible offeror whose quote conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following evaluation factors, although relatively equal, are listed in order of importance: (i) approach - ability to meet delivery schedule; (ii) past performance - The relevance and quality of prior performance. The relevance and quality of prior performance. Describe at least three (3) projects performed well in the last three years relevant to this project. Include client name, point of contact, phone number, email address, dollar value of project; (iii) price. The evaluation will be based on use of an adjectival scheme as follows: Outstanding (O), Conspicuously striking in eminence; Excellent (E), Very good of its kind; eminently good, superior or first class; Good (G), Beneficial and worthwhile; sound and valid; Adequate (A), Reasonably sufficient and suitable; Marginal (M), Minimally suitable at the lower limit; Unsatisfactory (U), Not acceptable, not adequate to carry out. Price will not receive an adjectival rating, however, it shall be evaluated. The following clauses will apply to the resultant purchase order: FAR 52.212-3, Offeror Representations and Certifications, Commercial Items; FAR 52.212-4, Contract Terms and Conditions, Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items. All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov. All responsible sources that can meet the requirements and provide services listed above may respond to this combined synopsis/solicitation with a quote addressed to Catherine Perren, NOAA Acquisition Division, 1305 East West Highway, Room 7141, Silver Spring, MD 20910, to be received no later than May 31, 2007. Responses may be e-mailed to Catherine.a.perren@noaa.gov. The Government reserves the right to make a single award, or no award as a result of this RFQ. Responses shall be emailed to catherine.a.perren@noaa.gov and submitted in paper with an original and one paper copies. Responses shall be no more than 10 pages.
 
Place of Performance
Address: NOAA/NMFS/Enforcement Headquarters, 8484 Georgia Ave, Suite 415, Silver Spring, MD
Zip Code: 20910
Country: UNITED STATES
 
Record
SN01300089-W 20070524/070522220313 (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.