Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2009 FBO #2678
SOLICITATION NOTICE

63 -- NAS Brazil & NAS Ecuador -Airport X-Ray Body Inspection Equipment (Body Scans)-Amended

Notice Date
3/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Department of State, Regional Procurement Support Office - Fort Lauderdale, Florida Regional Center, 4000 N. Andrews Ave., Fort Lauderdale, Florida, 33309
 
ZIP Code
33309
 
Solicitation Number
S-WHARC-09-Q0023
 
Archive Date
4/25/2009
 
Point of Contact
Mark J. Toler,, Phone: 9546301166
 
E-Mail Address
tolermj@state.gov
 
Small Business Set-Aside
N/A
 
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 by this notice alone, and a written solicitation will not be issued. This synopsis/ solicitation is issued as a Request for Quotations for X-ray inspection machines capable of inspecting human body cavities to be used by the Governments of Brazil & Ecuador pursuant to an agreement with the U.S. Department of State. The NAICS code is 334517 and the small business size standard is 500 employees. The FAR is available on the Internet at www.acquisition.gov. GENERAL REQUIREMENT: The U.S. Department of State, Narcotics Affairs Section (NAS) of the U.S. Embassy in Brasilia, Brazil and Quito, Ecuador have a requirement for the purchase of five (5) each, X-ray body inspection machines, brand name or equal Smiths Heimann BodyScan (Dual View) B-Scan 16HR-DV, to be donated to the host governments for NAS program purposes for use at inspection points such as airports. The following are the "or equal" specifications which all quoters must meet or surpass. X-ray equipment for scanning the human body that can detect various objects, including drugs, guns, knives, explosives, electronic devices, metals, and diamonds, which are hidden under clothing or inside the human body. Equipment that can only inspect outside the human body and cannot detect items smuggled in body cavities will not be considered. Dosage must be at safe levels; quotation must describe dosage and safety features. Images must be high resolution in a wide range of greyscale. Monitor for viewing images must be at least 19 inches (diagonal measurement). Must produce high resolution image, including zoom. Voltage: Brazil – 4 Machines Total. 3 Machines @ 110VAC & 1 Machine @ 220 VAC. Ecaudor – 1 Machine @ 220 VAC Construction shall be durable, rust-resistant finish able to work in a wide range of temperatures and humidity levels. Sound level shall not exceed 75db. Hardware (PC): computer sufficient to run the equipment in a timely and effective manner, including UPS, NIC card, and modem; quotation must describe equipment speed, RAM, graphics, etc. Software: operating system, scanner software. Other Requirements: Manuals: User's guide in English and Spanish. Services: Configuration and Installation of equipment on site at the designated locations in Brazil & Ecuador (see locations below); Training for users on-site following installation (quotation shall describe length of class); offerors shall minimally estimate training 6-10 operators per class. Full (3-year) warranty covering local service including all consumables, parts and labor. Testing/acceptance reports: The contractor must provide a Factory Acceptance Test Report demonstrating that the system was tested and deemed operational prior to shipment; a Local Site Acceptance Test demonstrating that the system was tested prior to deployment/operation and deemed operational; and an Operational Acceptance Report demonstrating that the system is operationally capable of meeting the NAS mission goals. Failure of any of these requirements will place the order on hold and require direct factory intervention to perform necessary corrective actions and re-certify the unit. The system will not be considered as accepted for payment unless it is able to perform operationally for 30 consecutive days without any corrective action required. The quoter must be able to demonstrate that the required support services can be provided on-site in Brazil & Ecuador, including the ability to provide warranty service on a timely basis. Equipment must be new. The resulting contract type shall be firm-fixed price, including all direct costs, indirect costs, profit, taxes (including IVA), and any other charges. The above price is FOB destination, to the following locations and in the following order of priority: BRAZIL: 1. 2 Machines (110 VAC) delivered to Guarulhos Intl Airport in Sao Paulo. a. Delivery shall be 30 Calendar days from date of award. 2. 1 Machine (110 VAC) delivered to Intl. Airport Eduardo Gomes in Manaus, Brazil. b. Delivery shall be 50 Calendar days from date of award. 3. 1 Machine (220VAC) delivered to Intl. Airport Pinto Martins in Fortaleza, Brazil. c. Delivery shall be 70 Calendar days from date of award. All deliveries to Brazil must go through the Port of Santos in Sao Paulo state. ECUADOR: 1. 1 Machine (220VAC) delivered to Mariscal Intl. Airport in Quito, Ecuador. a. Delivery shall be _____Calendar days from date of award. The above price includes all shipping, delivery, installation, consumables, training, maintenance & warranty (3 years) services for each of the locations in Brazil and Ecuador. REQUIRED DELIVERY DATE (Ecuador): Contractor to insert earliest possible delivery dates in the spaces provided above for each location, based on the priority established in this solicitation. EVALUATION OF QUOTATIONS: The primary technical considerations for award of a purchase order will be compliance with the mandatory technical features & delivery times listed above. The Government intends to award to the lowest-priced, technically acceptable Quoter. Lowest price will be the aggregate sum of the item prices to include delivery to Brazil & Ecuador. Award will be made on an “all or none” basis. QUOTATION MUST INCLUDE THE FOLLOWING: 1) PRICE: Unit price and extended price, inclusive of delivery charges. 2) DESCRIPTION: Description of equipment being proposed and how it meets or surpasses the requirements stated above; product literature may be provided. 3) REFERENCES: Names and points of contacts of other Government or commercial customers for whom the quoter has performed this or similar work for in the past two (2) years. Quoter must have an acceptable record of past performance. 4) DUNS AND CCR: DUNS number and statement that the quoter has registered in CCR. 5) CERTIFICATIONS: Completed certifications (FAR 52.212-3) or statement that the certifications are included already at the ORCA web site (https://orca.bpn.gov/); see below. In order to receive an award, you must be registered in the Central Contractor Registration database at www.ccr.gov, unless an exception applies. All responsible sources may submit a quotation which shall be considered by the Department. This solicitation number S-WHARC-09-Q-0023 is issued as an RFQ under Subpart 13.5 of the Federal Acquisition Regulation (FAR). This is a solicitation document incorporating FAR clauses and provisions that are in effect through Federal Acquisition Circular 2005-30. The provision at FAR 52.212-3, Offeror Representations and Certifications (JUN 2008) applies to this acquisition. A completed, signed copy of this provision shall be submitted with any quotation, or a statement that the required certifications have been completed on the ORCA web site. The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Items (OCT 2008) applies to this acquisition. The clause at FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (dated JUN 2008) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan; 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, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-50, Combating Trafficking in Persons; 52.225-5, Trade Agreements (Nov 2006); 52.225-13, Restrictions on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (or, if an exception applies, 52.232-343, Payment by Electronic Funds Transfer - Other Than Central Contractor Registration). In addition, FAR 52.211-6, Brand Name or Equal; FAR 52.214-34, Submission of Offers in the English Language; 52.214-35, Submission of Offers in U.S. Currency; and 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. App. 1241), are applicable to this acquisition. The clauses at DOSAR 652.206-70, Competition Advocate/Ombudsman (AUG 1999); 652.225-71 Section 8(a) of the Export Administration Act of 1979, As Amended (AUG 1999); and 652.242-72, Shipping Instructions (DEC 1994) are applicable to this acquisition. The following DOSAR provision is applicable to this acquisition: 652.225-70 Arab League Boycott of Israel (AUG 1999). QUOTATIONS ARE DUE by March 31, 2009, 3:00 p.m. local (Fort Lauderdale, Florida, U.S.) time, via e-mail (preferred), fax, or mail. Identify your quotation as a response to solicitation number S-WHARC-08-Q-0023. Send Quotation Documents to Mark J. Toler, Contracting Officer, U.S. Department of State, RPSO Florida, 4000 N. Andrews Ave., Ft. Lauderdale, FL 33309; fax to 954-630-1165; or e-mail to: TolerMJ@State.gov. CAUTION: Complete quotations must be received at the location stated above by the required due date and time. Late quotations will be handled in accordance with FAR 52.212-1, Instructions to Offerors-Commercial Items (JUN 2008), paragraph (f).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a52b39d6dc9c14b096a596bb645fbecc&tab=core&_cview=1)
 
Place of Performance
Address: Delivery to locations specified above in Brazil and Ecuador plus on-site installation, training, and warranty/maintenance services detailed herein., Regional Procurement Support Office (RPSO-FL), Fort Lauderdale, Florida, 33309, United States
Zip Code: 33309
 
Record
SN01777086-W 20090327/090325215327-a52b39d6dc9c14b096a596bb645fbecc (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.