Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2008 FBO #2308
MODIFICATION

67 -- FLIR Thermal Cameras

Notice Date
3/20/2008
 
Notice Type
Modification
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Homeland Security, United States Secret Service (USSS), COMMUNICATIONS CENTER (PRO), 245 MURRAY LANE SW BLDG T-5, WASHINGTON, DC, 20223, UNITED STATES
 
ZIP Code
20223
 
Solicitation Number
Reference-Number-145543
 
Response Due
3/24/2008
 
Archive Date
4/8/2008
 
Point of Contact
Cheryl Bernhard, Contract Specialist, Phone (202) 406-6940, Fax (202) 406-6801
 
E-Mail Address
cheryl.bernhard@usss.dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 1: this amendment is to clarify the part numbers for the cameras. The correct model and part numbers are: (7) each FLIR model# VSR-6 / Part# 427-0022-01-00 with Fixed short range thermal camera with 6mm lens; and (7) each FLIR model# SR-19 / part number# 427-0023-01-00 with 19mm lens 36 degree fixed thermal camera. All other terms and conditions remain unchanged. ***************************************************** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for proposal for the required item under requisition number 145543. A subsequent solicitation document will not be issued. The U.S. Secret Service intends to purchase Brand Name equipment manufactured by FLIR as follows: (7) each FLIR Part Number FL-VSR-6 Fixed short range thermal camera with 6mm lens; and (7) each FLIR part number FL-SR-19 19mm lens 36 degree fixed thermal camera. This requirement is for Brand Name Only equipment. Substitutes will not be accepted. FOB: Point Destination to Landover, MD. The specific delivery address shall be provided to the contractor at time of award. Required Delivery: Earliest delivery available. Manufactured by: FLIR. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central contractor registration (JUL 2006) 52.211-6 Brand Name or Equal (Aug 1999) 52.212-1 Instructions to Offerors-Commercial Items (SEP 2006); In accordance with FAR 52.212-2, All quotes shall be evaluated based on price. 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2006) ALTERNATE I (APR 2002) (The offeror shall complete the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov .After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications - Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer. A copy of the offeror?s completed record from ORCA shall be printed and submitted with the offer). 52.212-4 Contract Terms and Conditions-Commercial Items (SEP 2005); 3052.209-70 Prohibition on contracts with corporate expatriates. (JUN 2006) ; Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (NOV 2006), the following clauses apply and are incorporated by reference: 52.233-3, Protest after award 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 and Veterans of the Vietnam Era and Other Eligible Veterans, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and 52.203-6 Restrictions on subcontractor sales to the government, with alternate I; 52.219-8 Utilization of small business concerns USSS-70 ?Unauthorized use of Secret Service Name? in accordance with 18 U.S.C. 709, In accordance with 18 U.S.C. 709, any contractor, except with the written permission of the Director of the U.S. Secret Service, who knowingly uses the words "Secret Service", "Secret Service Uniformed Division", "U.S.S.S.", "U.D." or any colorable imitation or such words or initials, in connection with or as a part of any advertisement, circular, book, pamphlet or other publication, play, motion picture, broadcast, telecast, other production, product or item, in a manner reasonably calculated to convey the impression that such advertisement, circular, book, pamphlet or other publication, product, or item, is approved, endorsed, or authorized by or by associated in any manner with, the U.S. Secret Service or the U.S. Secret Service Uniformed Division shall be punishable as follows: a corporation, partnership, business trust, association, or other business entity, by a fine under this title; an officer or member thereof participating or knowingly acquiescing in such violation or any individual violating this section, by a fine under this title or imprisonment for not more than one year, or both. These FAR Provisions and Clauses may be accessed via the world wide web at: http://www.arnet.gov/far/, www.dhs.gov. Telephone requests for copies of FAR Provisions and/or Clauses will not be accepted. All responses shall be submitted via email to Cheryl.bernhard@usss.dhs.gov. Any other type of submission of responses shall not be accepted. At a minimum, responsible sources shall provide the following: a price proposal on letterhead which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, delivery time, payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code, and ORCA record. The submitted offer shall also state that the items quoted meet all of the minimum requirements listed above in this solicitation. Responses to this solicitation are due by no later than 24 March 2008, 1200 hours EST. Offers shall be emailed to Cheryl.bernhard@usss.dhs.gov. Reference requisition number 145543, on your proposal. This requirement is set aside as 100% small business. NAICS 561621. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-MAR-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/USSS/PDDC20229/Reference-Number-145543/listing.html)
 
Place of Performance
Address: Washington, DC
Zip Code: 20223
Country: UNITED STATES
 
Record
SN01538211-F 20080322/080321001053 (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.