Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
MODIFICATION

58 -- Video Spectral Comparators (VCS-40)

Notice Date
8/29/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
1331 Pennsylvania Avenue, N.W., Washington, DC 20229
 
ZIP Code
20229
 
Solicitation Number
20064960
 
Response Due
8/31/2011
 
Archive Date
2/27/2012
 
Point of Contact
Name: Sharron White, Title: Contracts Specialist, Phone: 2023443889, Fax:
 
E-Mail Address
sharron.white@cbp.dhs.gov;
 
Small Business Set-Aside
Total Small Business
 
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 20064960 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 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 334210 with a small business size standard of 1,000.00 employees.This requirement is a [ Small Business ] set-aside 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 2011-08-31 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Atlanta, GA 30354 The DHS Customs and Border Protection requires the following items, Brand Name or Equal, to the following: LI 001, VSC40/M3/SK SystemComprised of the following items:VSC40/M3/SK (REQUIRES COMPUTER AND 22" MONITOR OR UPSCALER AND 19" MONITOR) (INCLUDING SINGLE MANUAL KEYPAD)Comprising:(see buy attachment), 3, EA; LI 002, CONSUMMABLE LAMP KIT FOR (VSC40/M3/SPA)Comprising:912 bulb wedge 16mm T5 Incident VIS/IR (VSC40/LP2) (Quantity x 8)-replacement lamp for VSC40 & VSC400, Incident IR/VIS and Trans IR/VIS-912 bulb wedge 16mm T5-part number - FEC113-9456Phillips dichroic 20W flood 35mm transmitted spot and side light (VSC40/LP6) (Quantity x 3)-replacement lamp for VSC40 & VSC400. Transmitted spot lamp and side light-Phillips dichroic 20W flood 35mm-part number - 14625Short wave UV-C 6W 8" G5(Incident 254 UV (VSC40/LP4) (Quantity x 2)-replacement lamp for VSC40 & VSC400, Short wave UV-C (254nm) 6W 8" G5-part number - G6T5Medium wave UV-B (313nm) 6W 8" G5 (incident 313 UV) Quantity x 2)-replacement lamp for VSC40 & VSC400, medium wave UV-B (313nm) 6W 8" G5-part number - T6MLong wave UV 2 pin bulb - 9W incident 365 UV 9W (VSC40/LP7) (Quantity x 4)-replacement lamp for VSC40 & VSC400, Long wave UV (365nm) 2 pin bulb, 9W-part number - PL-S 9W/08/2PNOTE: Not to be used with VSC40/M1, 3, EA; LI 003, EMBEDDED PERSONAL INFORMATION DECODER MODULE (VSC40//IPI)IPI Decoder-IPI (Invisible Personal Information) and ICI (Invisible Constant Image) module included to enable detection of IPI/ICI in passports and ID cards and ability to save settingsThis module requires the software module (VSC40/SW) and computer system to function.Uses Scrambled Indicia Technology supplied under licence from Graphic Security System Corp (GSSC) of the USA, 3, EA; LI 004, PENTIUM COMPUTER FOR VSC40 INCLUDING 22" MONITOR (VSC40/PENT)Specification:Computer (Minimum Specification):Intel Core 2 duo OR AMD equivalent2GB DDR2 RAM250 GB HDDDVD RW Drive6 x USB 2.0 portsNetwork Interface Integrated Gigabit (10/100/1000) via RJ45 connector256MB Graphics (on board or Card)Windows 7105 Key UK with standard numberic keypad.Wired USB Optical Scroll MouseCD write-able discs 640MB (x10)DVD write-able discs 4.7GB (x10)Monitor:-22" Flat Screen TFT Colour MonitorFor safe operation this product must be connected to a mains power outlet with a protective each contact. Do not connect product to an incompatible mains supply., 3, EA; LI 005, Additional 12-month extended warranty beyond 1- year factory warranty, covering three machines, 3, LOT; LI 006, Four days on site installation and training. Cost is inclusive of travel and accomodation expenses, 1, LOT; LI 007, Packing and Delivery, 1, LOT; LI 008, Insurance and Airfreight, 1, LOT; 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 reas onable time prior to close of the solicitation may not be considered.*** 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 r egistered 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. Unless the Buyer indicates otherwise within a part icular 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must 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. 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. No partial shipments are permitted unless specifically authorized at the time of award. ORCA Requirement - Company must be registered on 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/ 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 selec ted 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): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. 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): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Q&A -Please submit all questions by using t he 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). Award Criteria-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. 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 all buys other than Exact Match Sellers MUST document what they are bidding for evaluation for award. Sellers must include, extended specs and/or manufacturer name and part numbers (if applicable). Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. FAR 52.211-6. Delivery must be made within 90 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 90 - required to make delivery after it receives a purchase order from the buyer. All sellers must submit any questions that require clarification prior to submittimng a bid by 1:00 p.m. EST on Tuesday, August 30, 2011. All clarification needed must be completed via Q&A. Please submit all questions via the FedBid system or directly to clientservices@fedbid.com.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/20064960/listing.html)
 
Place of Performance
Address: Atlanta, GA 30354
Zip Code: 30354
 
Record
SN02553113-W 20110831/110829235009-c4bdf54829f7074f2e183da1d4b5142e (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.