Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2009 FBO #2690
SOLICITATION NOTICE

66 -- Digital Camera Imaging System - Statement of Work

Notice Date
4/6/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - IN, 6650 Telecom Drive, Intech Two, Suite 100, Indianapolis, Indiana, 46278, United States
 
ZIP Code
46278
 
Solicitation Number
HSBP1009Q2381
 
Archive Date
4/28/2009
 
Point of Contact
Cynthia C. Young, Phone: 317-614-4575, Bruce D Wood,, Phone: 317-298-1580
 
E-Mail Address
cynthia.young@dhs.gov, bruce.d.wood@cbp.dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is HSBP1009Q2381 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-31. This requirement is 100% set aside for small business concerns. The NAICS code for this acquisition is 334516 and the small business size standard is 500 employees. This procurement is for the following items: Line item 0001: Digital Camera Imaging Systems in accordance with attached Statement of Work; quantity 6/each Line item 0002: Digital Camera Imaging Systems in accordance with attached Statement of Work; quantity 1/each Delivery is required FOB Destination 30 days after receipt of order to the following addresses: Line item 0001: U.S. Customs and Border Protection New York Laboratory- 5th Floor 1100 Raymond Blvd Newark, NJ 07102 Line item 0002: U.S. Customs and Border Protection Office of Field Operations, Training Branch JFK Airport, Terminal #4, Room 117.026 Jamaica, NY 11430 The provision at 52.212-2, Evaluation – Commercial Items, applies to this acquisition. Award will be made on the basis of Best Value. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: (1) Technical, (2) Past Performance, (3) Warranty, and (4) Price. When taken together, non-price factors are more important than price. The technical element of the evaluation will be a determination as to whether the proposed product meets all requirements of the Statement of Work. The technical element of the solicitation will be based on information furnished by the vendor with its quote as described below. If the Government determines that this information is not adequate to evaluate technical acceptability, an on-site demonstration of the proposed product may be required. Only technically acceptable quotes will be eligible for award. The following additional FAR provisions and clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 52.212-1, Instructions to Offerors – Commercial; 52.212-3, Offeror Representations and Certifications—Commercial Items; 52.212-4, Contract Terms and Conditions – Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, with the following clauses marked as applicable: FAR 52.203-6 Alternate I Restrictions on Subcontractor Sales to the Government, 52.219-6 Notice of Total Small Business Set-Aside, 52.219-14 Limitations on Subcontracting, 52.219-28 Post-Award Small Business Program Rerepresentation, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.225-1 Buy American Act—Supplies, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration. Full text of provisions and clauses can be found at the following website: http://www.arnet.gov/far/. Quotes are due by 3:00 PM Eastern time on April 13, 2009. Quotes shall include the following: (1) Pricing for each line item (2) Product literature demonstrating technical compliance with all Statement of Work requirements (3) Quoted warranty terms (4) A maximum of three past performance references (including name, contact information, and order number if applicable) for the same or similar items. Federal Government references are preferred, but may also include state and local governments or contracts with commercial customers. (5) Completed copy of FAR 52.212-3, Offeror Representations and Certifications (paragraph (b) if certs and reps have been completed in ORCA (http://orca.bpn.gov); otherwise paragraphs c-m). Submit quote via email to cynthia.young@dhs.gov. All responsible small business sources may submit a response which, if timely received, will be considered by the agency. It is the intent of the Government to issue one award. Direct all questions regarding this solicitation to Cynthia Young at 317-614-4575 or cynthia.young@dhs.gov (preferred). Quoters are responsible for ensuring that their submitted quote has been received.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b0ec2493a03ded72fe8f4fadf894845c&tab=core&_cview=1)
 
Record
SN01786389-W 20090408/090406220049-b0ec2493a03ded72fe8f4fadf894845c (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.