Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2009 FBO #2776
SOLICITATION NOTICE

42 -- SHARK Marine Technologies Inc. SV-16 Underwater Mini-Color Camera Systems

Notice Date
7/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535
 
ZIP Code
20535
 
Solicitation Number
RFQ-09-LDQ002370
 
Archive Date
7/28/2009
 
Point of Contact
Dina Olibah, Phone: 7038144830, Lynda M. Theisen, Phone: 703-632-8067
 
E-Mail Address
Dina.Olibah@ic.fbi.gov, Lynda.Theisen@ic.fbi.gov
(Dina.Olibah@ic.fbi.gov, Lynda.Theisen@ic.fbi.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. See restrictions below for brand name only. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33, Effective 15 June 2009. All future information about this acquisition including solicitation amendments will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The solicitation number is RFQ 09-LDQ002370 and shall be referenced on all quotes. The FBI intends to procure three (3) SHARK Marine Technologies Inc. SV-16 Underwater Mini-Color Camera Systems in order to have identical camera systems that coincide with the FBI's sizeable investment in current SHARK inventory. The FBI presently owns a SHARK SV-16 Underwater Mini-Color Camera System among other inventory and has spent a significant amount of money and time to become proficient in this complex technology. Due to the precarious missions conducted by USERT, the teams must be able to use the equipment immediately and efficiently and therefore the requirement for brand name SHARK equipment. Systems to include the following: Line 1: BRAND NAME ONLY: (Qty: 3) three SHARK Marine SV-HDVLT • Camera and Light controller with HDV recording deck and 7" Sunlight viewable monitor, power to camera and lights built into rugged travel case • Rugged water proof travel case, 1450 Pelican Case, per manufacturer Line 2: BRAND NAME ONLY: (Qty: 3) three SHARK Marine SMGPS-OV1 (also known as product SVGPS-OV1) • Overlays GPS data onto video Line 3: BRAND NAME ONLY: (Qty: 3) three SHARK Marine SV-16 • Mini hi-resolution color camera. This cameras body measures only 1.5" diameter x 2.66" long (38x67mm),.5 lux, 380 TV lines, 2000' depth rated Line 4: BRAND NAME ONLY: (Qty: 3) three SHARK Marine SVQ-10K • Underwater Video Light, 120V, 250 Watt standard lamp Line 5: BRAND NAME ONLY: (Qty: 3) three SHARK Marine CABCL250 • Camera cable with 1,000 lb break strength member and connectors for camera and light, 250' (1) SV-HDVLT, (1) SMGPS-OV1, (1) SV-16, (1) SVQ-10K, and (1) CABCL250 constitute one (1) complete camera system unit Thus, the three (3) complete camera system units will be delivered to three (3) different locations, FOB destination 30 days ARO. FOB Destination 1: Moonachie, NJ 07074 FOB Destination 2: North Miami Beach, FL 33169 FOB Destination 3: Van Nuys, CA 91406 Inspection and acceptance will take place at the aforementioned addresses. A firm fixed price contract will be made awarded to the responsive, responsible quoter whose quote conforms to this combined synopsis/solicitation and is the Best Value to the Government. The following evaluation factors in descending order of importance will be used to evaluate offers: (1) technical acceptability (2) price and (3) past performance. The Government reserves the right to award without discussions; therefore, it is critical that each quote be fully responsive. However, the FBI also reserves the right to conduct discussions, if later determined to be necessary. Please carefully review the commercial item FAR clauses for information about requirements and instructions for submitting a quotation. The following provisions and clauses apply to this procurement: Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offeror- Commercial Items (JUN 2008); FAR provision 52.212-2, Evaluation-Commercial Items (JAN 1999) - Award shall be made to the responsible offeror whose offer is considered to be most advantageous to the Government, considering technical acceptability, price, and past performance. FAR provision 52.212-3, Offeror Representations and Certification-Commercial Items (JUNE 2009) - Please note: All offerors and prospective contractors must be registered on the online Representative and Certification Application (ORCA) website at http://orca.bpn.gov or must provide a completed copy of 52.212-3 along with their quote. ORCA registration is available through Business Partner Network (BPN) at www.bpn.gov. FAR Clause 52-212-4, Contract Terms and Conditions- Commercial Items (JUNE 2009); FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2009) - in paragraph (b) the following clauses apply; 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13, 52.232-34. In addition to the above, FAR clause 52.247-34 F.O.B. Destination (NOV 1991) is incorporated by reference. Clauses incorporated by reference may be accessed in full text at www.arnet.gov. The lessor/contractor will agree to insert terms that conform substantially to the language of this clause in all contracts/subcontracts. All quotes from responsible sources will be considered. All questions regarding this combined synopsis/solicitation are due by July 7, 2009 at 02:00 PM EST. Questions shall be accepted via electronic mail only and shall be sent to Dina.Olibah@ic.fbi.gov and Lynda.Theisen@ic.fbi.gov. Phone calls will not be accepted. Quotes are due by July 13, 2009 at 02:00 PM EST. Quotes will be accepted via email only to both Dina.Olibah@ic.fbi.gov and Lynda.Theisen@ic.fbi.gov. Please reference combined synopsis/solicitation number RFQ 09-LDQ002370. For information regarding the combined synopsis/solicitation, please contact Dina Olibah at Dina.Olibah@ic.fbi.gov and Lynda Theisen at Lynda.Theisen@ic.fbi.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/RFQ-09-LDQ002370/listing.html)
 
Place of Performance
Address: FOB Destination 1: Moonachie, NJ 07074, FOB Destination 2: North Miami Beach, FL 33169, FOB Destination 3: Van Nuys, CA 91406, United States
Zip Code: 91406
 
Record
SN01864040-W 20090703/090702003958-9bbdefb98e941a4bb4984bb9c87a1da8 (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.