Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2010 FBO #3155
SOLICITATION NOTICE

35 -- Currency counters

Notice Date
7/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
522320 — Financial Transactions Processing, Reserve, and Clearinghouse Activities
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-MD, 7701 N. Stemmons, Dallas, Texas, 75247, United States
 
ZIP Code
75247
 
Solicitation Number
IAOHQS00051
 
Archive Date
7/31/2010
 
Point of Contact
Greg Horwitz, Fax: 214 905 5568
 
E-Mail Address
greg.horwitz@dhs.gov
(greg.horwitz@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: IAOHQS00051 Notice Type: Combined Synopsis/Solicitation SYNOPSIS: This is a combined synopsis/solicitation 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 and a written solicitation will not be issued. The solicitation number is IAOHQS00051 and is a Request for Quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-43. This request for quotations is a small business set-aside. The NAICS code is 522320 with a size standard of 750 employees. The Government anticipates awarding one firm fixed price purchase order for this item. The following factors will be used to evaluate quotes and are listed in order of importance: (1) Technical Capability (2) Price Technical Capability Provide documentation that shows the product meets the salient physical, functional, or performance characteristics specified herein, in accordance with FAR 52.211-6 Brand Name or Equal. This acquisition is for 2 currency counters, USD/Euro, as part of a total currency management and counting solution to include the following Intelligent Currency Tracing & Validation Network Inc (iCVn) brand name or equal equipment and software: 2 each iCVn RAD USD/Euro iCVn RAD-2104 ACC-2 currency counter with 2-pocket sorter 1 each iCVn-2100 Server and iCVn SWL-2100 software 2 each iCVn LWH-2102 Laptop Workstation conforming to the following salient characteristics and capabilities: -use of computer imaging to scan currency -ability to read and scan USD and Euro currencies and extract serial numbers -ability to validate and detect counterfeit currency -options must be available for scanning Rupees, Riyals, Afghanis and Dirham currencies -ability to embed electronic data tags within the scanned currency for future currency tracing -server and laptop workstation must be able to function across a network and utilize a common database -system must be portable and carried with ease; counters are used by law enforcement worldwide, including remote locations; maximum size of currency counter cannot exceed 50lbs -minimum counting speed of 800 notes per minute -automated notification of matches to traced notes -minimum 1-year warranty on all hardware; unlimited software support (bug fixes, patches, standard upgrades) at no charge -quote an additional 2 year extended warranty or custom service agreement to start upon expiration of factory warranty to cover the following: server, laptop workstation, counter, all associated software - one initial training included in system pricing, to be provided within 15 days of award at contractor's location -quote an option for one additional training to be made available for OCONUS location, Kabul, Afghanistan, to accommodate 10 people per training session for three sessions, to occur within one trip, within 6 months after award The use of brand name or equal purchase description has been determined necessary to meet the Government's technical requirements for the intended product. All known physical or functional characteristics of the product specified are essential to the intended use. Identification by brand name does not indicate a preference for the product mentioned but indicates the quality and characteristics of a product that will meet the Government's needs. Delivery shall be FOB Destination, no later than September 1, 2010 to 800 North Capitol Street, NW, Washington, DC 20536. Price The total price of the requested material will be a determining factor after determination is made as to compliance to item construction requirements. The award will be issued using Simplified Acquisition Procedures in accordance with FAR Part 13. Vendors should include warranty terms and delivery times with their quote, which shall be FOB Destination. The Government requires delivery of all items on or before September 1, 2010 and anticipates awarding a purchase order for these items on or about mid-July, 2010. Inspection and Acceptance shall be at destination. Faxed and e-mailed quotes will be accepted. Faxed quotes may be sent to the attention of Greg Horwitz at 214-905-5568 and e-mailed quotes may be sent to greg.horwitz@dhs.gov. Contractors are responsible for verifying receipt of their quotes. All responsible sources interested in responding to this RFQ must respond no later than 3:00pm CT on July 16, 2010. Inquiries to this RFQ must be made in writing to Greg Horwitz at greg.horwitz@dhs.gov no later than 3:00pm CT, July 15, 2010. Inquiries made after that time may not be responded to. The following FAR provisions and clauses apply to this combined synopsis/solicitation. The full text of clauses incorporated by reference can be accessed electronically at http://www.acquisition.gov, and are incorporated by reference. 52.211-8 Time of Delivery (JUN 1997) 52.212-1 Instructions to Offerors Commercial Items (JUN 2008) ADDENDUM to FAR 52.212-1 - Product demonstration to be provided prior to RFQ closing date. 52.212-2 Evaluation, Commercial Items (JAN 1999) (Tailored: Technical Compliance and Price) 52.212-3 Offeror Representations and Certification Commercial Items (AUG 2009). Note: An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. 52.212-4 Contract Terms and Conditions, Commercial Items (JUN 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JUL 2010) The applicable clauses under paragraph (b) of 52.212-5 follow- 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246) 52.222-50 Combating Trafficking in Persons (AUG 2007) 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act (JUN 2009) (41 U.S.C. 10a-10d) 52.225-13 Restriction on Certain Foreign Purchases (JUN 2008) 52.232-1 Payments (APR 1984) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.233-3 Protest After Award (AUG 1996) 52.247-34 F.O.B. Destination (NOV 1991)) 52.211-6 -- Brand Name or Equal (Aug 1999) As prescribed in 11.107(a): (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) Contracting Office Address: 7701 N. Stemmons Freeway, Suite 300 Dallas, TX 75247 Place of Performance: ICE Office of International Affairs 800 North Capitol Street, NW, Washington, DC 20536
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-MD/IAOHQS00051/listing.html)
 
Place of Performance
Address: 800 North Capitol Street, NW, Washington, District of Columbia, 20536, United States
Zip Code: 20536
 
Record
SN02204862-W 20100715/100713235734-c1d00be41867ea9620bd87a5de7cd45a (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.