Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2008 FBO #2365
SOLICITATION NOTICE

66 -- Finger Print Equipment/Material

Notice Date
5/16/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of State, Bureau of International Narcotics and Law Enforcement Affairs, INL RM MS, 2430 E Street, N.W., South Building, SA-4 Navy Hill, Washington, District of Columbia, 20520
 
ZIP Code
20520
 
Solicitation Number
0132608306
 
Point of Contact
Brian J. Schoellkopf,, Fax: 202-776-8686
 
E-Mail Address
SchoellkopfBJ@state.gov
 
Small Business Set-Aside
N/A
 
Description
This is a request for quotation number 0132-608306. The US Embassy, Panama City, Panama has a requirement for crime scene equipment. SPECIFICATION: The US Government intends to procure a six month supply of crime scene detection equipment. This equipment will be used in many different crime scenes in Panama. The vendor shall quote on disposal equipment; for example, a wide variety of finger/palm print tape to lift finger/palm prints from a crime scene a long with the powder needed. As well as equipment needed to process the finger/palm prints from the tape being used. Furthermore, the Government will need different kits for seminal fluid, small particle, iodine fuming, and photo kits. In addition, equipment and supplies that mark evidence found at the crime scene. REQUIRED DELIVERY DATE: Within 60 days of award. EVALUATION OF QUOTATIONS: The primary technical considerations for award of a purchase order will be compliance with the technical features listed above and the required delivery time. The Government intends to award on best value. Lowest price will be the aggregate sum of the item prices to include delivery to Panama. The Government will award a purchase order as a result from this RFQ to the responsible offeror whose offer conforms to the solicitation and is the most advantageous to the Government, price and other factors considered. Award will be made on the basis of best value meeting or exceeding the acceptability standards for non-cost factors. The evaluation factors used in this RFQ will be rated acceptable/unacceptable. An unacceptable rating on any factor will be cause to remove the offeror from further consideration. All technically acceptable, responsible offerors will be placed in the competitive range and total price will be the deciding factor. The following is a breakout of the evaluation factors: (i)Ability to meet Statement of Work/Specification requirements. Provide a complete description of technical ability/capability of crime scene equipment in sufficient detail to evaluate compliance with the requirements. Each offeror shall provide sufficient data to substantiate the offerors' ability to meet all requirements of the Statement of Work/Specification. (ii) Ability to provide most expedited delivery of the crime scene equipment. (iii)Past performance. Offerors shall provide documentation and references of other Government or commercial customers for whom the quoter has provide this equipment or similar equipment within the past two (2) years. Quoter must have an acceptable record of past performance. QUOTATIONS MUST INCLUDE THE FOLLOWING: PRICE: Unit price and extended price, inclusive of delivery charges DESCRIPTION: Description of equipment being proposed and how it meets or surpasses the requirements stated above; product literature may be included REFERENCES: Names and points of contacts of other Government or commercial customers for whom the quoter has preformed this or similar work for within the past two (2) years. Quoter must have an acceptable record of past performance. DUNS AND CCR: DUNS number and statement that the quoter has registered in CCR. CERTIFICATIONS: Completed certifications (FAR 52.212.-3) that are included in he ORCA web site (https://orca.bpn.gov/); In order to receive an award you must be registered in the Central Contractor Registration data base at www.ccr.gov unless and exception applies. All responsible sources may submit a quotation which shall be considered by the Department. DELIVERY INFORMATION: It is anticipated that the items will be shipped via the APO if cartons can be packaged to meet APO restrictions (must not exceed maximum height of 18”, width of 12”, and length of 24” or 14” X 14” X 24” and must not weight more than 70 pounds). Alternatively, vendor will be instructed to ship to the in Coco's International Packers, Inc Miami, FL. Method of shipment will be determined at award. Offerors shall state their standard warranty they offer in their response to the RFQ. Items to be shipped FOB destination to Coco's International Packers, Inc; 11450 NW 34th St; Miami, Florida 33178; telephone 305-477-0687. The contractor will be required to coordinate delivery with the freight forwarder. Purchase order must be marked on the outside of the packing container. Note: Pricing MUST include pre-paid shipping - surface. Packaging, packing, and preservation shall be in accordance with best commercial practices to enable shipment to CONUS destination and onward shipment to Panama without repacking or incurring damage during shipment and handling. Prices should be FOB destination Miami. Award will be made based on best value; email: SchoellkopfBJ@state.gov. This RFQ closes at 1600 hours ET, May 27, 2007.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=088461a12d460d1ffa0fde2c8e684293&tab=core&_cview=1)
 
Record
SN01575417-W 20080518/080516221204-088461a12d460d1ffa0fde2c8e684293 (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.