Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2009 FBO #2847
MODIFICATION

66 -- Portable GC-MS

Notice Date
9/8/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
6026 Lakeside Blvd., Indianapolis, IN 46278
 
ZIP Code
46278
 
Solicitation Number
HSBP1009R2542
 
Response Due
9/11/2009
 
Archive Date
3/10/2010
 
Point of Contact
Name: Sharon Meltzer, Title: Contracting Officer, Phone: 3176144578, Fax: 3172981344
 
E-Mail Address
sharon.meltzer@dhs.gov;
 
Small Business Set-Aside
N/A
 
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 HSBP1009R2542 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 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500.00 employees. This requirement is unrestricted 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 2009-09-11 11:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Jamaica,, NY 11430 The DHS Customs and Border Protection requires the following items, Brand Name or Equal, to the following: LI 001, Brand Name or Equal Request for a portable GC/MS in accordance with the Schedule of Supplies or Services and the Brand Name or equal requirements found in attachments 1 and 2 below., 1, EA; For this solicitation, DHS Customs and Border Protection 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 Customs and Border Protection 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. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. 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; proposals are being requested and a written solicitation will not be issued. The soliciation number is: HSBP1009R2542 and is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35. This requirement is issued unrestricted and the associated NAICS code is 334516 with a small business size standard of 500 employees. The items to be acquired are described in full detail the attached Brand Name or Equal description. The Brand Name or Equal description identifies the specifications for a portable Gas Chromatograph/Mass Spectormeter system, that an offer must meet to be technically acceptable. FOB destimation is required. Place of delivery and acceptance is CBP Laboratory, JFK Airport Area (D), Building 178, BCBP-JFK Airport Area, Jamaica, NY 11430. Delivery shall be made within 30 days or less after receipt of order (ARO) as negotiated The selected Offeror must comply with the commercial items terms and conditions found in the attachment to this notice titeled Shcedule of Supplies or Services.doc. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before 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. 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 the point of contact in the FBO notice, so that they are received at that email address no later than the closing date and time for this solicitation. FBO Point of Contact Information for convenience is: sharon.meltzer@dhs.govEmail responses only please. Offeror's shall provide technical information regarding the product(s) they are proposing in response to this solicitation. The technical information shall be in the form of a brochure or other technical information that can be linked to the product proposed. A technical review comparison between the specifications in the Brand Name or Equal requirements/specifications and the contractor's information will be used to determine technical acceptability of the Offeror's response. Technical information must be emailed to Sharon.Meltzer@dhs.gov prior to closing date and time of this soliciation. Basis for Award-Award will be made to the responsible offeror whose response is the lowest prices, technically acceptable response as determined by the government. The government intends to award without discussions, but reserves the right to open discussions if necessary. Insufficent supporting documentation may cause an offer to removed from consideration. Offerors are encouraged to provide sufficient information with their responses so the government may evaluate the response against the salient features identified in the attachment to this Request for Proposal titled -Brand Name or Equal Requirements. Offers received without the Represetations and Certifications and other areas of the Schedule of Supplies or Services requiring the contractor's response may be cause for removal from consideration for award. Past Performance Information shall also be provided by the due date and time of this solicitation to the attention of Sharon Meltzer@dhs.gov.Ref. Attachment 3-Past Performance. The Contracting Officer is the only person authorized to approve changes in any requirements of the contract. In the event the Contractor effects any changes at the direction of any person other than the Contracting Officer, the changes will be considered to have been made without authority and no adjustment will be made to the contract price to cover any increase in costs incurred as a result thereof. The Contracting Officer shall be the only individual authorized to accept nonconforming work, waive any requirement of the contract or to modify any term and condition of the contract. The Contracting Officer is the only individual who can legally obligate Government funds. No cost chargeable to the proposed contract can be incurred before receipt of fully executed contract or specific authorization from the Contracting Officer. (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/HSBP1009R2542/listing.html)
 
Place of Performance
Address: Jamaica,, NY 11430
Zip Code: 11430
 
Record
SN01945584-W 20090910/090909084948-3b009b9832566ac771bb8b87bc04c804 (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.