Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2008 FBO #2449
SOLICITATION NOTICE

67 -- Video/Camcorder- Quote due 8/11/2008

Notice Date
8/8/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, Office of Acquisitions - TSA 25, Arlington, VA 22202
 
ZIP Code
22202
 
Solicitation Number
HSTS01-08-Q-OSO320
 
Response Due
8/11/2008
 
Archive Date
2/7/2009
 
Point of Contact
Name: Rebecca Leake, Title: Contract Specialist, Phone: 5712272861, Fax:
 
E-Mail Address
rebecca.leake@dhs.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is HSTS01-08-Q-OSO320 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-24. The associated North American Industrial Classification System (NAICS) code for this procurement is 334310 with a small business size standard of 750 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-08-11 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The DHS-Transportation Security Administration requires the following items, Brand Name or Equal, to the following: LI 001, The Transportation Security Administration has a requirement for Video/Camcorders that meet the following minimum specifications: Requirement: (a) Minimum of 60 minutes of recording capability (b) Minimum of 2 GB of memory (internal or via memory stick) (c) Minimum battery life of 2 hours (d) Minimum usage time of 4 hours between charges (e) Minimum resolution of 640x480 dpi (resolution specification must be in dpi) (f) Build in microphone (g) Immediate playback capability with fast forward, rewind, and pause functionality (h) USB cable capability compatibility (i) MAC and PC compatible (j) Hand held (k) Must be able to connect to a projector using standard audio/visual cables, 385, EA; For this solicitation, DHS-Transportation Security Administration intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS-Transportation Security Administration is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to rebecca.leake@dhs.gov (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before submitting a quote and an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Vendors must also be currently registered and have a valid certification in the online Representation and Certifications Application prior to submitting a quote. (https://orca.bpn.gov/). The NAICS code for this procurement is 334310, Audio and Video Equipment Manufacturing, with a size standards in number of employees of 750. Purchase Order: Buyers intends to use the government issued purchase order for payment. The order will be Fixed Price. Bids from sellers unable to accept purchase orders will not be considered for award. Award will be made to the responsive and responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government and provide the best value by meeting the technical specifications and providing the lowest price. NOTE: Past Performance is a consideration in the responsibility determination. Quotes that do not conform to all requirements in this solicitation may be rejected without further evaluation, deliberation, or discussion. Contractor must conform to the following delivery schedules and locations: Deliver four (4) units by 8/19/2008 to 1800 South Bell Street, Suite 1100, Arlington, VA, 22022. Deliver three hundred and sixty one (361) units by 8/30/08 to 7638 S.W. 34th Street, Oklahoma City, OK 73139. Deliver twenty (20) units by 9/9/2008 to 1800 South Bell Street, Suite 1100, Arlington, VA, 22022. All shipped materials shall be market "CET Program". Points of contacts to send the materials to shall be provided to the successful Offeror. Please see Attachment A for the applicable clauses. Quotes shall be submitted as all or none. By submitting a quote, you are agreeing to all the terms of this solicitation. Questions shall be submitted in writing to both the Contract Specialist, Rebecca Leake, and the Contracting Officer, Mary Hallam, at Rebecca. Leake@dhs.gov and Mary.Hallam@dhs.gov. Please see attachment 002 for Amendment A0001 to answer questions received.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=427ae258a5331b9a3d4373909ece8598&tab=core&_cview=1)
 
Place of Performance
Address: Multiple shipping information.<br />
Zip Code: Multiple<br />
 
Record
SN01635843-W 20080810/080808224440-427ae258a5331b9a3d4373909ece8598 (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.