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
SOURCES SOUGHT

67 -- Borehole Camera

Notice Date
3/25/2009
 
Notice Type
Sources Sought
 
NAICS
333315 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
Department of the Interior, Office of Surface Mining, Headquarters, OSM, Headquarters1951 Constitution Ave, NWWashingtonDC20240US
 
ZIP Code
00000
 
Solicitation Number
S09PS00031
 
Response Due
4/17/2009
 
Archive Date
5/17/2009
 
Point of Contact
Dawn R Trudeau
 
Small Business Set-Aside
Total Small Business
 
Description
March 19, 2009 Bore Hole Camera for the Office of Surface Mining (MCR)Combined Synopsis/Solicitation Department of the InteriorOffice of Surface Mining1999 Broadway, Suite 3450Denver, CO 80202 All questions or inquiries regarding this solicitation are to be directed to the named Contract Specialist, Dawn Trudeau at 303-293-5059. Facsimile quotations are acceptable and may be forwarded to 303-293-5032, attention Dawn Trudeau. Electronic submission may be sent to dtrudeau@osmre.gov. Opening date: March 19, 2009Closing date: April 10, 2009 (Quotes must remain effective 30 days after the close of solicitation) Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, streamlined procedures for evaluation and solicitation for commercial items-as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: quotations are being requested, and a written solicitation document will not be issued. The solicitation is being issued using simplified acquisition procedures. All commercial provisions and FAR clauses referenced in this solicitation are available in full text at the following website location: http://www.arnet.gov/far/. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-30. Only those Offerors who can meet all the requirements specified herein will be considered. Award will be made to the best price most compatible vendor meeting all criteria in the specifications. This acquisition is 100% set-aside for small business. In the event that adequate small business quotes are not received, the set-aside will be dissolved and become unrestricted. 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)). Please Note: All vendors submitting a quote shall have a valid Vendor Cage Code, Dun & Bradstreet Number (DUNS) or the ability to get one, and MUST be actively registered in the Central Contractor Registration (CCR) Registration website: http://www.ccr.gov, before the contract will be awarded. The North American Industry Classification System (NAICS) code is 333315. The small business size standard in millions of dollars is $7.0. This contract will be awarded as a firm-fixed-price contract. STATEMENT of Objectives Background: The Office of Surface Mining, Mid-Continent Region (MCR) currently owns one borehole video system that was purchased in August of 2006. Since its purchase, the camera system has been used in a variety of projects completed across the MCR in cooperation with various State programs. The projects include domestic well investigations, documenting voids beneath a subsiding highway in preparation for grouting; examining flooded, abandoned mine shafts scheduled for closure or treatment of acid mine drainage, a lake investigation, and various borehole studies. This type of survey is an invaluable tool for conducting subsurface investigations for both active mining and abandoned mine land projects. Since the acquisition in August of 2006, improvements have been made to borehole video technology and equipment that provide the user with greater flexibility and improved viewing capabilities. These improvements include a reduction in the diameter of the motorized pan-tilt attachment that allows the equipment to be used in smaller openings (i.e. small-diameter wells). The operation of the motorized pan-tilt has been modified with the ability to pan and tilt the camera head by remote control using a joy stick rather than having to complete cycles to view 360 degrees as in the MCRs current model. Both the black and white and color cameras are now available in stainless steel in addition to the CPVC construction, and the viewing capabilities have improved. Also, the more recent version of the borehole video system allows the user to manually activate the camera LED lights independently of additional light sources. Due to the improvements listed above, the MCR is pursuing a replacement to its existing borehole video system to better serve our customers in subsurface investigations. In addition to the improvements, the depth capability of the current MCR camera system has been reduced due to the removal of over 20 feet of cable damaged during normal operation as a result of extensive use. The MCR will utilize the existing 500 feet of pipe string, canopy, portable battery, auxiliary lights, and other ancillary equipment that was purchased for use with the original camera setup with the upgraded system. The MCR would like to purchase the new borehole video system by the end of March to prepare for field work in the spring of 2009. The system will be used to conduct all subsurface investigations following acquisition unless demand requires both the upgraded and current system to be in use simultaneously. The system shall meet or exceed the following minimum technical specifications:1. Motorized winch with tripod, OSD, control panel, centralizer, camera lights on/off circuit for standard stainless steel cameras2.Deluxe case3.Motorized pan-tilt 1 inch diameter St/Jr cameras only4.Stainless steel color camera 1 5/8 inch Diameter5.Stainless steel B/W camera 1 5/8 inch Diameter6.1000 feet of cable Approximately 300 meters7.DVD recorder8.7 inch LCD high resolution and high brightness color monitor sun shad and winch mounting bracket9.Adjustable super eight light10.Compass attachment11.Inverter 300 watt true sine wave12.Microphone13.Winch manual hand crank Deliverables/Warranty: The Contractor shall provide a minimum of a One (1) Year Warranty. This warranty must cover non-consumable parts and labor. Quotation must include unlimited telephone/e-mail support, during the warranty period, for questions regarding operation. Warranty shall be return to vendor as deemed necessary by OSM and all shipping charges will be the Vendors responsibility to and from training location site.Evaluation criteria for selection of quote: Lowest Price/Technically Acceptable. The Government will evaluate information based on the following criteria: 1) Technical Capability factor Meeting the Requirement, and 2) price. The following contract clauses apply to this acquisition:52.202-1 DEFINITIONS (JULY 2004)(a) When a solicitation provision or contract clause uses a word or term that is defined in the Federal Acquisition Regulation (FAR), the word or term has the same meaning as the definition in FAR 2.101 in effect at the time the solicitation was issued, unless(1) The solicitation, or amended solicitation, provides a different definition;(2) The contracting parties agree to a different definition;(3) The part, subpart, or section of the FAR where the provision or clause is prescribed provides a different meaning; or(4) The word or term is defined in FAR Part 31, for use in the cost principles and procedures.(b) The FAR Index is a guide to words and terms the FAR defines and shows where each definition is located. The FAR Index is available via the Internet at http://www.acqnet.gov at the end of the FAR, after the FAR Appendix. (End of clause) 52.203-5 COVENANT AGAINST CONTINGENT FEES (APR 1984)(a) The Contractor warrants that no person or agency has been employed or retained to solicit or obtain this contract upon an agreement or understanding for a contingent fee, except a bona fide employee or agency. For breach or violation of this warranty, the Government shall have the right to annul this contract without liability or, in its discretion, to deduct from the contract price or consideration, or otherwise recover, the full amount of the contingent fee.(b) Bona fide agency, as used in this clause, means an established commercial or selling agency, maintained by a contractor for the purpose of securing business, that neither exerts nor proposes to exert improper influence to solicit or obtain Government contracts nor holds itself out as being able to obtain any Government contract or contracts through improper influence. Bona fide employee, as used in this clause, means a person, employed by a contractor and subject to the contractors supervision and control as to time, place, and manner of performance, who neither exerts nor proposes to exert improper influence to solicit or obtain Government contracts nor holds out as being able to obtain any Government contract or contracts through improper influence. Contingent fee, as used in this clause, means any commission, percentage, brokerage, or other fee that is contingent upon the success that a person or concern has in securing a Government contract. Improper influence, as used in this clause, means any influence that induces or tends to induce a Government employee or officer to give consideration or to act regarding a Government contract on any basis other than the merits of the matter. (End of clause) 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEPT 2006)(a) Except as provided in (b) of this clause, the Contractor shall not enter into any agreement with an actual or prospective subcontractor, nor otherwise act in any manner, which has or may have the effect of restricting sales by such subcontractors directly to the Government of any item or process (includingcomputer software) made or furnished by the subcontractor under this contract or under any follow-on production contract.(a) The prohibition in (b) of this clause does not preclude the Contractor from asserting rights that are otherwise authorizedby law or regulation. (c) The Contractor agrees to incorporate the substance of this clause, including this paragraph (c), in all subcontracts under this contract which exceed the simplified acquisition threshold. (End of clause) 52.203-7 ANTI-KICKBACK PROCEDURES (JUL 1995)(a) Definitions. Kickback, as used in this clause, means any money, fee, commission, credit, gift, gratuity, thing of value, or compensation of any kind which is provided, directly or indirectly, to any prime Contractor, prime Contractor employee, subcontractor, or subcontractor employee for the purpose of improperly obtaining or rewarding favorable treatment in connection with a prime contractor in connection with a subcontract relating to a prime contract. FAC 2005-13 SEPTEMBER 28, 2006SUBPART 52.2TEXT OF PROVISIONS AND CLAUSES 52.203-8 Person, as used in this clause, means a corporation, partnership, business association of any kind, rust, joint-stock company, or individual. Prime contract, as used in this clause, means a contract or contractual action entered into by the United States for the purpose of obtaining supplies, materials, equipment, or services of any kind.Prime Contractor as used in this clause, means a person who has entered into a prime contract with the United States.Prime Contractor employee, as used in this clause, means any officer, partner, employee, or agent of a prime Contractor.Subcontract, as used in this clause, means a contract or contractual action entered into by a prime Contractor or subcontractor for the purpose of obtaining supplies, materials, equipment, or services of any kind under a prime contract.Subcontractor, as used in this clause, (1) means any person, other than the prime Contractor, who offers to furnish or furnishes any supplies, materials, equipment, or services of any kind under a prime contractor a subcontract entered into in connection with such prime contract, and (2) includes anyPerson who offers to furnish or furnishes general supplies to the prime Contractor or a higher tier subcontractor.Subcontractor employee, as used in this clause, means any officer, partner, employee, or agent of a subcontractor.(b) The Anti-Kickback Act of 1986 (41 U.S.C. 51-58) (the Act), prohibits any person from(1) Providing or attempting to provide or offering to provide any kickback;(2) Soliciting, accepting, or attempting to accept any kickback; or(3) Including, directly or indirectly, the amount of any kickback in the contract price charged by a prime Contractor to the United States or in the contract price charged by a subcontractor to a prime Contractor or higher tier subcontractor.(c)(1) The Contractor shall have in place and follow reasonable procedures designed to prevent and detect possible violations described in paragraph (b) of this clause in its own operations and direct business relationships.(2) When the Contractor has reasonable grounds to believe that a violation described in paragraph (b) of this clause may have occurred, the Contractor shall promptly report in writing the possible violation. Such reports shall be made to the inspector general of the contracting agency, the head of the contracting agency if the agency does not have an inspector general, or the Department of Justice.(3) The Contractor shall cooperate fully with any Federal agency investigating a possible violation described in paragraph (b) of this clause.(4) The Contracting Officer may (i) offset the amount of the kickback against any monies owed by the United States under the prime contract and/or (ii) direct that the Prime Contractor withhold from sums owed a subcontractor under the prime contract the amount of the kickback. The Contracting Officer may order that monies withheld under subdivision (c) (4) (ii) of this clause be paid over to the Government unless the Government has already offset those monies under subdivision (c) (4) (i) of this clause. In either case, the Prime Contractor shall notify the Contracting Officer when the monies are withheld.(5) The Contractor agrees to incorporate the substance of this clause, including paragraph (c) (5) but excepting paragraph (c) (1), in all subcontracts under this contract which exceed $100,000. (End of clause) Offerors/Bidders/Quoters must review and comply with the FAR Provisions or Clauses which apply to this solicitation. This information is available on the Internet at http://www.arnet.gov/far. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; 52.212-2, EVALUATION-COMMERCIAL ITEMS - Evaluation factors include price and past performance. 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, a completed copy of the provision at 52.213-3 must be submitted with the bid / offer; 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMERCIAL ITEMS, applies to this acquisition including 52222-3 Convict Labor, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.233-3 Protests after award; and, the following paragraph (b) clauses added: 52.222-3 Convict Labor52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program with alternate 1; 52.225-1 Buy American Act Supplies;52.225-13 Restriction on Certain Foreign Purchases;52.232-33 Payment by Electronic funds Transfer - Central Contractor Registration. All Vendors shall submit the following: 1) a quotation which addresses all of the above items; 2) A technical description and/or product literature; 3) description of commercial warranty. Address for Correspondence:DOI Office of Surface MiningPhone: 303-293-5059Attn: Dawn Trudeau, Contracting Officere-mail: dtrudeau@osmre.govPO Box 46667Fax: 303-293-5032Denver, CO 800201 Invoicing Instructions: (Please mail all invoices to the following address, attention Michelle Dunahue.)United States Department of the InteriorOffice of Surface Mining Reclamation & EnforcementDivision of Financial ManagementPO Box 25065, Room 1501Denver Federal Center, Building 25Denver, CO 80225-0065 END OF COMBINED SYNOPSIS SOLICITATION.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bf2d648e0de060f28c00aeda5d047ee1&tab=core&_cview=1)
 
Record
SN01777208-W 20090327/090325215547-bf2d648e0de060f28c00aeda5d047ee1 (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.