Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2010 FBO #3274
MODIFICATION

63 -- NAS BRAZIL -- GUATEMALA BODYSCANS PROJECT

Notice Date
11/9/2010
 
Notice Type
Modification/Amendment
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
U.S. Department of State, Regional Procurement Support Office - Fort Lauderdale, Florida Regional Center, 4000 N. Andrews Ave., Fort Lauderdale, Florida, 33309, United States
 
ZIP Code
33309
 
Solicitation Number
SWHARC11-Q0007
 
Archive Date
11/27/2010
 
Point of Contact
Mark J. Toler, Phone: 9546301166, Robert E. Lloyd, Phone: 954-630-1146
 
E-Mail Address
tolermj@state.gov, lloydre@state.gov
(tolermj@state.gov, lloydre@state.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items 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 by this notice alone, and a written solicitation will not be issued. This synopsis/ solicitation is issued as a Request for Quotations for X-ray inspection machines capable of inspecting human body cavities to be used by the Governments of Brazil & Guatemala pursuant to an agreement with the U.S. Department of State. The NAICS code is 334517 and the small business size standard is 500 employees. The FAR is available on the Internet at www.acquisition.gov. A. REQUIREMENTS The U.S. Department of State, Narcotics Affairs Section (NAS) of the U.S. Embassy in Brasilia, Brazil and Guatemala have a requirement for the purchase a total of seven (7) each, X-ray body inspection machines, brand name or equal Smiths Heimann BodyScan (Dual View) B-Scan 16HR-DV, to be donated to the host governments for NAS program purposes for use at inspection points such as airports. The following are the "or equal" specifications which all quoters must meet or surpass. X-ray equipment for scanning the human body that can detect various objects, including drugs, guns, knives, explosives, electronic devices, metals, and diamonds, which are hidden under clothing or inside the human body. Equipment that can only inspect outside the human body and cannot detect items smuggled inside body cavities will not be considered. Dosage must be at safe levels; quotation must describe dosage and safety features. Images must be high resolution in a wide range of greyscale. Monitor for viewing images must be at least 19 inches (diagonal measurement). Must produce high resolution image, including zoom. Voltage: Brazil - 6 Machines @ 220 VAC Guatemala - 1 Machine @ 220 VAC Construction shall be durable, rust-resistant finish able to work in a wide range of temperatures and humidity levels. All equipment shall be new as refurbished products will be rejected. Sound level shall not exceed 75db. Hardware (PC): Computer sufficient to run the equipment in a timely and effective manner, including UPS, NIC card, and modem; quotation must describe equipment speed, RAM, graphics, etc. Software: operating system, scanner software. Other Requirements: Manuals: User's guide in English, Portuguese (for 6 Brazil Units) and Spanish (Guatemala Unit). Services: Configuration and Installation of equipment on site at the designated locations in Brazil & Guatemala (see below); Training for users on-site following installation (quotation shall describe length/duration of class); and estimate training 6-10 operators per class/per machine. Complete (1-year) warranty covering local service including all consumables, parts, labor, travel, etc. Testing/Acceptance reports: The contractor must provide a Factory Acceptance Test Report demonstrating that the system was tested and deemed operational prior to shipment; a Local Site Acceptance Test demonstrating that the system was tested prior to deployment/operation and deemed operational; and an Operational Acceptance Report demonstrating that the system is operationally capable of meeting the NAS mission goals. Failure of any of these requirements will place the order on hold and require direct factory intervention to perform necessary corrective actions and re-certify the unit. The system will not be considered as accepted for payment unless it is able to perform operationally for 30 consecutive days without any corrective action required. B. REQUIRED DELIVERY DATE The period of performance (See Delivery Dates below) must include proper packaging for international shipment, marking, export licensing, and transport/delivery of these materials to the locations identified below. The quoter must demonstrate that the required support services (training & warranty requirements) can be provided at the respective sites in Brazil and Guatemala, including demonstration of (existing or planned) in-country infrastructure to provide warranty and extended maintenance services on a timely basis. (Maximum response time for warranty/service call is 36 hours). The resulting contract type shall be firm-fixed price, including all direct costs, indirect costs, profit, taxes (including IVA if applicable), and any other charges. C. DELIVERY LOCATIONS/DELIVERY TIME Quotations must include firm-fixed prices for FOB destination, to the following locations: Brazil: 1. 1 Machine (220 VAC) delivered to Aeroporto Internacional Presidente Juscelino Kubitschek- Brasília, DF. Delivery shall be: All machines for Brazil shall be delivered to their nation's receiving location (details provided after award) within 45 days after receipt of Export License (Provided By Contractor), CNEN License and Import Authorization from Brazil. 2. 1 Machine (220 VAC) delivered to Aeroporto Internacional de Salvador-Dep. Luís Eduardo Magalhães-Salvador, BA. 3. 1 Machine (220 VAC) delivered to Aeroporto Internacional Pinto Martins-Fortaleza, CE. 4. 1 Machine (220 VAC) delivered to Aeroporto Internacional Marechal Rondon-Cuiabá, MT. 5. 1 Machine (220 VAC) delivered to Aeroporto Internacional de Rio Branco-Plácido de Castro-Rio Branco, AC. 6. 1 Machine (220 VAC) delivered to Aeroporto Internacional de Foz do Iguaçu/Cataratas-Foz do Iguaçu, PR. All deliveries to Brazil must go through the Port of Santos in Sao Paulo state, and specific delivery addresses will be provided upon award. Guatemala: 1. 1 Machine (220VAC) delivered to La Aurora Intl. Airport in Guatemala City, Guatemala. a. Delivery shall be: The machine for Guatemala shall be delivered to this nation's receiving location (details provided after award) within 45 days after receipt of Export License (provided by the Contractor) and Import Authorization from Guatemala. The above prices shall include all shipping, delivery, installation, consumables, training, maintenance & warranty (1-Year) services for each of these locations in Brazil and Guatemala. D. EVALUATION OF QUOTATIONS The primary technical considerations for award of a purchase order will be compliance with the mandatory technical features listed above and the required delivery time. The Government intends to award to the lowest-priced/technically-acceptable quoter. Lowest price will be the aggregate sum of the item prices to include delivery to Brazil & Guatemala. Award will be on an "all or none" basis. E. QUOTATIONS MUST INCLUDE THE FOLLOWING 1. PRICE: Unit price and extended price, inclusive of delivery charges. 2. DESCRIPTION: Description of equipment being proposed and how it meets or surpasses the requirements stated above; product literature may be provided. 3. REFERENCES: Names and points of contacts of other Government or commercial customers for whom the quoter has performed this or similar work for in the past two (2) years. Quoter must have an acceptable record of past performance. 4. DUNS AND CCR: DUNS number and statement that the quoter has registered in CCR. 5. CERTIFICATIONS: Completed certifications (FAR 52.212-3) or statement that the certifications are included already at the ORCA web site (https://orca.bpn.gov/); see below. In order to receive an award, quoters must be registered in the Central Contractor Registration database at www.ccr.gov, unless an exception applies. All responsible sources may submit a quotation which shall be considered by the Department. F. PROVISIONS AND CLAUSES This solicitation number SWHARC11Q0007 is issued as an RFQ under Subpart 13.5 of the Federal Acquisition Regulation (FAR). This is a solicitation document incorporating FAR clauses and provisions that are in effect through Federal Acquisition Circular 2005-46. The provision at FAR 52.212-3, Offeror Representations and Certifications (OCT 2010) applies to this acquisition. A completed, signed copy of this provision shall be submitted with any quotation, or a statement that the required certifications have been completed on the ORCA web site. The following provision also applies: 52.211-6 Brand Name or Equal (Aug 1999) (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 modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (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. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (JUN 2010) applies to this acquisition. The clause at FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (dated OCT 2010) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (if the quoter elects to waive the preference, it shall so indicate in its quotation); 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan; 52.222-3, Convict Labor; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-50, Combating Trafficking in Persons; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-5, Trade Agreements (Nov 2006); 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (or, if an exception applies, 52.232-34, Payment by Electronic Funds Transfer - Other Than Central Contractor Registration). In addition, FAR 52.211-6, Brand Name or Equal; FAR 52.214-34, Submission of Offers in the English Language; 52.214-35, Submission of Offers in U.S. Currency; and 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. App. 1241), are applicable to this acquisition. The clauses at DOSAR 652.206-70, Competition Advocate/Ombudsman (AUG 1999)(Deviation); 652.225-71 Section 8(a) of the Export Administration Act of 1979, As Amended (AUG 1999); and 652.242-72, Shipping Instructions (DEC 1994) are applicable to this acquisition. The following DOSAR provision is applicable to this acquisition: 652.225-70 Arab League Boycott of Israel (AUG 1999). Defense Base Act Insurance Requirements This solicitation incorporates the following provisions/requirements related to Defense Base Act Insurance: FAR Clauses 52.228-3 Workers' Compensation Insurance (Defense Base Act) (if order is for services to be performed overseas and contractor employees are covered by Defense Base Act insurance) APR 1984 52.228-4 Workers' Compensation and War-Hazard Insurance Overseas (if order is for services to be performed overseas and contractor employees are not covered by Defense Base Act insurance) APR 1984 DOSAR 652.228-74 - Defense Base Act Insurance Rates - Limitation (JUN 2006). As prescribed in 628.309-70(c), insert the following provision: (a) The Department of State has entered into a contract with an insurance carrier to provide Defense Base Act (DBA) insurance to Department of State covered contractor employees at a contracted rate. For the purposes of this provision, covered contractor employees includes the following individuals: (1) United States citizens or residents; (2) Individuals hired in the United States or its possessions, regardless of citizenship; and (3) Local nationals and third country nationals where contract performance takes place in a country where there are no local workers compensation laws. (b) In preparing the quotation, the quoter/offeror shall use the following rates in computing the cost for DBA insurance: Services @ $3.60 per $100.00 of compensation; or (c) Quoters/Offerors shall compute the total compensation (direct salary plus differential, but excluding per diem, housing allowance and other miscellaneous allowances) to be paid to covered contractor employees and the cost of DBA insurance in their bid/proposal using the foregoing rate. Quoters/offerors shall include the DBA insurance costs in their proposed fixed price or estimated cost. However, the DBA insurance costs shall be identified in a separate line item in the quotation/proposal, per the pricing format herein. DOSAR 652.228-71 - Worker's Compensation Insurance (Defense Base Act) Services (JUN 2006) (a) This clause supplements FAR 52.228-3. For the purposes of this clause, "covered contractor employees" includes the following individuals: (1) United States citizens or residents; (2) Individuals hired in the United States or its possessions, regardless of citizenship; and (3) Local nationals and third country nationals where contract performance takes place in a country where there are no local workers' compensation laws. (b) The Contractor shall procure Defense Base Act (DBA) insurance pursuant to the terms of the contract between the Department of State and the Department's DBA insurance carrier for covered contractor employees, unless the Contractor has a DBA self-insurance program approved by the Department of Labor. The Contractor shall submit a copy of the Department of Labor's approval to the contracting officer upon contract award, if applicable. (c) The current rate under the Department of State contract is $3.60 per $100 of compensation for services. (d) The Contractor shall insert a clause substantially the same as this in all subcontracts. The Contractor shall require that subcontractors insert a similar clause in any of their subcontracts. (e) Should the rates for DBA insurance coverage increase or decrease during the performance of this contract, the contracting officer shall modify this contract accordingly. (f) The Contractor shall demonstrate to the satisfaction of the contracting officer that the equitable adjustment as a result of the insurance increase or decrease does not include any reserve for such insurance. Adjustment shall not include any overhead, profit, general and administrative expenses, etc. (g)(1) Section 16 of the State Basic Authorities Act (22 U.S.C. 2680a), as amended, provides that the Defense Base Act shall not apply with respect to such contracts as the Secretary of State determines are contracts with persons employed to perform work for the Department of State on an intermittent basis for not more than 90 days in a calendar year. "Persons" includes individuals hired by companies under contract with the Department. The Procurement Executive has the authority to issue the waivers for Contractor employees who work on an intermittent or short-term basis. (2) The Contractor shall submit waiver requests to the contracting officer. The request shall contain the following information: (i) Contract number; (ii) Name of Contractor; (iii) Brief description of the services to be provided under the contract and country of performance; (iv) Name and position title of individual(s); (v) Nationality of individual(s) (must be U.S. citizen or U.S. resident); (vi) Dates (or timeframe) of performance at the overseas location; and, (vii) Evidence of alternative workers' compensation coverage for these employees (e.g., evidence that the State workers' compensation program covers workers on short-term foreign assignments). (3) The Contracting Officer shall provide to the Contractor the original of the approved or disapproved document and maintain a copy in the contract file. Note: Offerors/Quoters should assume that waivers will not be granted and ensure that fixed-price quotation(s) entail appropriate coverage. DOSAR 652.228-70 - Defense Base Act - Covered Contractor Employees (JUN 2006) (a) Offerors/Quoters shall indicate below whether or not any of the following categories of employees will be employed on the resultant contract, and, if so, the number of such employees: Category Yes/No Number (1) United States citizens or residents _____ __________ (2) Individuals hired in the United States, regardless of citizenship _____ __________ (3) Local nationals or third country nationals where contract performance takes place in a country where there are no local worker's compensation laws _____ Local nationals: ________ Third country nationals: (4) Local nationals or third country nationals where performance takes place in a country where there are local worker's compensation laws _____ Local nationals: _______ Third country nationals: ___ (b) The Contracting Officer has determined that for performance in the countries of Brazil & Guatemala: [X] Workers' compensation laws exist that will cover local nationals and third country nationals. • Workers' compensation laws do not exist that will cover local nationals and third country nationals. (c) If the Offeror/Quoter has indicated "yes" in block (a)(4) of this provision, the Offeror/Quoter shall not purchase Defense Base Act insurance for those employees. However, the Offeror/Quoter shall assume liability toward the employees and their beneficiaries for war-hazard injury, death, capture, or detention, in accordance with the clause at FAR 52.228-4. (d) If the Offeror/Quoter has indicated "yes" in blocks (a)(1), (2), or (3) of this provision, the Offeror/Quoter shall compute Defense Base Act insurance costs covering those employees pursuant to the terms of the contract between the Department of State and the Department's Defense Base Act insurance carrier at the rates specified in DOSAR 652.228-74, Defense Base Act Insurance Rates - Limitation. If DOSAR provision 652.228-74 is not included in this solicitation, the Offeror/Quoter shall notify the Contracting Officer before the closing date so that the solicitation can be amended accordingly. DBA Insurance, Department of State Contract: Current Primary Contact: Delia.shontere@rutherfoord.com Delia Shontere, Account Manager Secondary Contact: Sara K. Payne, CIC Sr, V.P/Office Manager - sarapayne@rutherfoord.com Rutherfoord International 5500 Cherokee Ave., Suite 300Alexandria, VA 22312 703-813-6507 Direct Dial 703-813-6503 Direct Line 703-354-0370 Fax 703-813-6500 Telephone G. QUOTATIONS ARE DUE by 4:00 p.m., on November 12, 2010 local (Fort Lauderdale, Florida, U.S.) time. Identify your quotation as a response to Solicitation # SWHARC11Q0007. Quoters are requested to submit quotations by e-mail (or paper/mail) and electronically by uploading to the Fedbizopps web site (www.fedbizopps.gov). A quotation will be considered timely if it is complete and timely received either by e-mail (or paper/mail) or by Fedbizopps. In addition to uploading to Fedbizopps, send quotation to Mark J. Toler, Contracting Officer, U.S. Department of State, RPSO Florida, 4000 N. Andrews Ave., Ft. Lauderdale, FL 33309; or e-mail to: TolerMJ@State.gov. Fax quotations are not allowed. CAUTION: Late quotations will be handled in accordance with FAR 52.212-1, Instructions to Offerors-Commercial Items (JUN 2008), paragraph (f).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/RPSO/FRC/SWHARC11-Q0007/listing.html)
 
Place of Performance
Address: See Combined Synopsis/Solicitation details., United States
 
Record
SN02324845-W 20101111/101109234138-ac30508ac4e45b3bc487c4254d17d9d9 (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.