Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2011 FBO #3527
MODIFICATION

58 -- Motorola equipment

Notice Date
7/20/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
DHS/ICE/OAQ, Dallas, TX 75247
 
ZIP Code
75247
 
Solicitation Number
HSCEMD-11-Q-00017
 
Response Due
7/19/2011
 
Archive Date
1/15/2012
 
Point of Contact
Name: Sally Arnold, Title: Contracting Officer, Phone: 2149055319, Fax: 2149055568
 
E-Mail Address
sally.arnold@dhs.gov;
 
Small Business Set-Aside
N/A
 
Description
CANCELLATION 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 HSCEMD-11-Q-00017 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 2005-52. The associated North American Industrial Classification System (NAICS) code for this procurement is 334220 with a small business size standard of 750.00 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 2011-07-19 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be San Juan, null 00907 The DHS Immigration and Customs Enforcement requires the following items, Exact Match Only, to the following: LI 001, MOTOROLA ASTRO TAC RECEIVER (IN ACCORDANCE WITH ATTACHED COMPONENT LIST), 12, EA; LI 002, MOTOROLA XTL5000 CONSOLETTE VHF (IN ACCORDANCE WITH ATTACHED COMPONENT LIST), 1, EA; LI 003, MOTOROLA DIU (IN ACCORDANCE WITH ATTACHED COMPONENT LIST), 1, EA; LI 004, MOTOROLA ASTROTAC COMPARATOR (IN ACCORDANCE WITH ATTACHED COMPONENT LIST), 1, EA; LI 005, MOTOROLA XTL 5000 UHF HIGH POWER MOBILE - O5 CH - 380-470 MHZ (IN ACCORDANCE WITH ATTACHED COMPONENT LIST), 1, EA; LI 006, MOTOROLA XTL 5000 UHF MID POWER MOBIL -O5 CH - 450-520 MHZ (IN ACCORDANCE WITH ATTACHED COMPONENT LIST), 1, EA; LI 007, MOTOROLA XTL 5000 700/800 MID POWER MOBILE - O5 CH - 764-870 MHZ (IN ACCORDANCE WITH ATTACHED COMPONENT LIST), 1, EA; LI 008, MOTOROLA QUANTAR SINGLE REPEATER (IN ACCORDANCE WITH ATTACHED COMPONENT LIST), 3, EA; LI 009, MOTOROLA KMF CLIENT SOFTWARE (IN ACCORDANCE WITH ATTACHED COMPONENT LIST), 2, EA; LI 010, MOTOROLA KMF CLIENT WORKSTATION (IN ACCORDANCE WITH ATTACHED COMPONENT LIST), 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Immigration and Customs Enforcement 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 Immigration and Customs Enforcement 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. Delivery is requested within 120 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - requested not to exceed 120 - required to make delivery after it receives a purchase order from the buyer. No partial shipments of item components are permitted unless specifically authorized at the time of award. All components of a given line item must be installed prior to shipment to the customer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.204-10, 52.209-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-3, 52.225-13, 52.232-33, 52.247-64. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. TO HAVE A BID CONSIDERED FOR AWARD FOR LOWEST PRICED TECHNICALLY ACCEPTABLE, VENDOR MUST AFFIRM WITH THEIR QUOTE THAT ALL LINE ITEMS ARE OFFERED WITH COMPONENTS AS SPECIFIED IN THE MANDATORY CONFIGURATION SPREADSHEET. NO EXCEPTIONS. FAILURE TO PROVIDE THIS INFORMATION WILL RESULT IN A 'NON RESPONSIVE' QUOTE AND REMOVAL FROM AWARD CONSIDERATION. IF VENDOR QUOTES GSA OR OTHER CONTRACT PRICING, THAT FACT MUST BE CLEARLY IDENTIFIED ON THE FACE OF THE QUOTE. ALTERNATE PRICE QUOTES (CONTRACT PRICING AND OM PRICING) WILL BE CONSIDERED. ALTERNATE PRODUCT CONSIDERATION WILL NOT BE CONSIDERED. IN ORDER TO BE CONSIDERED RESPONSIVE, THE QUOTER MUST INCLUDE: -- CERTIFICATION THAT THERE ARE NO PRODUCT SUBSTITUTIONS -- A COMPLETED REPRESENTATIONS AND CERTIFICATIONS (FAR 52.212-3) IF VENDOR IS NOT ALREADY REGISTERED IN ORCA -- A SIGNED SF 1449 (see attachments) -- IDENTIFICATION OF THE FOLLOWING IN THE VENDOR'S RESPONSE: - Proposed Delivery Date - Proposed Delivery Terms (FOB point and Shipping Charges) - Prompt Payment Discount Terms TO ASSIST IN VENDOR'S RESPONSE, A COPY OF THE MANDATORY CONFIGURATION IS ATTACHED AS AN EXCEL SPREADSHEET. Shipping which is free on board (FOB) destination CONUS (Continental U.S.) is preferred, which means that the seller will deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. If shipping is FOB - origIn, quote must include the FOB location, and the anticipated cost of shipping to San Juan Puerto Rico in order for the quote to be considered responsive. The Government reserves the right to arrange for shipping via Electronic Bill of Lading (EBL) at its own discretion. Quote MUST be good for 30 calendar days after close of Buy. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov Company must either be registered, or show a pending registration status in Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov/. For company's with pending registration, they may include a completed copy of their representations and certifications (FAR 52.212-3) as part of their quote. Failure to meet this requirement (either by completed copy of FAR 52.212-3 or by active registration in ORCA) will result in a non-responsive quote. Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the Included in another line item function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid Submit a Question feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid being determined to be non-responsive. Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work or listed specs whichever is applicable to the buy. Note: this is a Brand Name buy in accordance with the attached Brand Name Justification. No alternative brand products, or alternatively configured products will be considered for award. Multiple awards will not be considered. The award that results from this solicitation will be all or none. 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.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. For Exact Match Only Commodity Buys- NO SUBSTITUTIONS, EXACT MATCH ONLY. The vendor may not substitute any item/service listed on this order without prior written approval from the DHS/ICE Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturer, quantity, delivery dates, or any other specifications of this RFQ. Items/services that do not conform to descriptions and part numbers found in this RFQ will be rejected at the time of delivery causing a return at the vendor's expense.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/COW/HSCEMD-11-Q-00017/listing.html)
 
Place of Performance
Address: San Juan, null 00907
Zip Code: 00907
 
Record
SN02505496-W 20110722/110721004637-9432281adc811a07d83cb5b254b892b5 (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.