Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2011 FBO #3582
SOLICITATION NOTICE

63 -- SecurPASS Body Scanning System - 52.212-5 Attachment I

Notice Date
9/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Department of Justice, Bureau of Prisons, Acquisitions Branch, 320 First Street, NW, Washington, District of Columbia, 20534
 
ZIP Code
20534
 
Solicitation Number
RFQP0700NAS1100253
 
Archive Date
10/3/2011
 
Point of Contact
Douglas E. Shoch, Phone: 202-616-6150, Maria C. Mosher, Phone: 202-307-0985
 
E-Mail Address
dshoch@bop.gov, mmosher@bop.gov
(dshoch@bop.gov, mmosher@bop.gov)
 
Small Business Set-Aside
N/A
 
Description
52.212-5 (AUG 2011) The Federal Bureau of Prisons (BOP) intends to award a sole source contract action to Virtual Imaging, Inc., for a SecurPASS Whole Body Security Scanning System. The requirement is for detection of contraband and Virtual Imaging, Inc. is the only source which offers the SecurPASS scanning system along with its unique features such as low radical low radiation dose and ability to detect all types of dangerous items to include organic. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ) RFQP0700NAS1100253. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The North American Industrial Classification (NAICS) code is 334517 and the applicable small business size standard is 500 employees. National Acquisition and Systems Section, Washington, DC intends to make a single award of a firm-fixed price, contract to Virtual Imaging, Inc. In accordance with FAR 46.503 and 46.403(a), the place of acceptance for supplies and services under this contract is FOB Destination, FTC Oklahoma, 7410 S. MacArthur Blvd., Oklahoma City, OK 73169. All responsible sources may submit a quote which shall be considered by the agency. It is anticipated that contract award resulting from this solicitation will be made September 23, 2011. This notice is not a request for competitive quotes. Line Items: 1) VIR SECURPASS / RadPro SecurPass Whole Body Security Scanning System. 160 Kv Monoblock Integrated oil cooled X-Ray generator Power requirement 110V, 12 Amp, 60HZ Screening Inspection Dose <0.025 u/Sv scan System to include all cabling, operators workstation with 21" color monitor and keyboard Remote capability of 30 feet of cable from operators console 2)VIR BRP 65102 36" X 72" Mobile Lead Shield 3) Installation, Calibration, Training and on-line technical/diagnostics support and 24/7 technical/help-line support 4) 3 year warranty package CONTRACT CLAUSES: ADDENDUM TO FAR 52.212-4, Contract Term and Conditions-Commercial Items (June 2010) The terms and conditions for the following clauses are hereby incorporated into this solicitation and resulting contract as an addendum to FAR clause 52.212-4 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.acquisition.gov/far. 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (OCT 2010) 52.204-4 Printed or copied doubled-sided on recycled paper (MAY 2011) 52.204-7 Central Contractor Registration (APRIL 2008) 52.212-4 Contract Terms and Conditions--Commercial Items (JUN 2010) with addendum to incorporate the additional clauses listed below into this solicitation and any resulting contract. 52.242-15 Stop Work (AUG 1989) 52.253-1 Computer Generated Forms (JAN 1991) The following clauses although incorporated by reference into the solicitation will be incorporated into a resultant contract in full text with applicable fill-in information as noted: 52.247-34 F.O.B. Destination (NOV 1991) The following clauses are incorporated into the solicitation in full text: 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. (AUG 2011) "See Attachment I" 52.27-103-72 DOJ CONTRACTOR RESIDENCY REQUIREMENT BUREAU OF PRISONS (JUNE 2004) For three of the five years immediately prior to submission of an offer/bid/quote, or prior to performance under a contract or commitment, individuals or contractor employees providing services must have: 1. Legally resided in the United States (U.S.); 2. worked for the U.S. overseas in a Federal or military capacity; or 3. been a dependent of a Federal or military employee serving overseas. If the individual is not a U.S. citizen, they must be from a country allied with the U.S. The following website provides current information regarding allied countries: http://www.opm.gov/employ/html/citizen.htm By signing this contract or commitment document, or by commencing performance, the contractor agrees to this restriction. [End of Clause] SOLICITATION PROVISIONS: ADDENDUM TO FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008) The terms and conditions for the following provisions are hereby incorporated into this solicitation as an addendum to FAR provision 52.212-1. 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.acquisition.gov 52.212-1 Instructions to Offerors - Commercial Items (JUN 2008) 52.212-3 Offeror Representations and Certifications - Commercial Items (MAY 2011) 52.233-2 Service of Protest (SEPT 1996) (a) Procurement Executive, BOP, 320 First Street, N.W., Room 5005, Washington, DC 20534 TAILORING: In accordance with FAR 12.302 (a), the provision at 52.212-1 is hereby tailored to modify the following elements of the provision. Delete paragraphs at h, and i as they have been determined to be non-applicable to this solicitation. The following provisions are incorporated into the solicitation in full text: 2852.233-70 Protest Filed Directly with the Department of Justice (JAN 1998) (a) The following definitions apply in this provision: (1) "Agency Protest Official" means the official, other than the contracting officer, designated to review and decide procurement protests filed with a contracting activity of the Department of Justice. (2) "Deciding Official" means the person chosen by the protestor to decide the agency protest; it may be either the Contracting Officer or the Agency Protest Official. (3) "Interested Party" means an actual or prospective offeror whose direct economic interest would be affected by the award of a contract or by the failure to award a contract. (b) A protest filed directly with the Department of Justice must: (1) Indicate that it is a protest to the agency. (2) Be filed with the Contracting Officer. (3) State whether the protestor chooses to have the Contracting Officer or the Agency Protest Official decide the protest. If the protestor is silent on this matter, the Contracting Officer will decide the protest. (4) Indicate whether the protestor prefers to make an oral or written presentation of arguments in support of the protest to the deciding official. (5) Include the information required by FAR 33.103(d)(2): (i) Name, address, facsimile number and telephone number of the protestor. (ii) Solicitation or contract number. (iii) Detailed statement of the legal and factual grounds for the protest, to include a description of resulting prejudice to the protestor. (iv) Copies of relevant documents. (v) Request for a ruling by the agency. (vi) Statement as to the form of relief requested. (vii) All information establishing that the protestor is an interested party for the purpose of filing a protest. (viii) All information establishing the timeliness of the protest. (c) An interested party filing a protest with the Department of Justice has the choice of requesting either that the Contracting Officer or the Agency Protest Official decide the protest. (d) The decision by the Agency Protest Official is an alternative to a decision by the Contracting Officer. The Agency Protest Official will not consider appeals from the Contracting Officer's decision on an agency protest. (e) The deciding official must conduct a scheduling conference with the protestor within five (5) days after the protest is filed. The scheduling conference will establish deadlines for oral or written arguments in support of the agency protest and for agency officials to present information in response to the protest issues. The deciding official may hear oral arguments in support of the agency protest at the same time as the scheduling conference, depending on availability of the necessary parties. (f) Oral conferences may take place either by telephone or in person. Other parties may attend at the discretion of the deciding official. (g) The protestor has only one opportunity to support or explain the substance of its protest. Department of Justice procedures do not provide for any discovery. The deciding official may request additional information from either the agency or the protestor. The deciding official will resolve the protest through informal presentations or meetings to the maximum extent practicable. (h) An interested party may represent itself or be represented by legal counsel. The Department of Justice will not reimburse the protester for any legal fees related to the agency protest. (i) The Department of Justice will stay award or suspend contract performance in accordance with FAR 33.103(f). The stay or suspension, unless over-ridden, remains in effect until the protest is decided, dismissed, or withdrawn. (j) The deciding official will make a best effort to issue a decision on the protest within twenty (20) days after the filing date. The decision may be oral or written. (k) The Department of Justice may dismiss or stay proceeding on an agency protest if a protest on the same or similar basis is filed with a protest forum outside the Department of Justice. (End of Provision) Faith-Based and Community- Based Organizations (AUG 2005) - can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. Additional Contract Requirements: Contractors are advised that the Contracting Officer will verify registration in the Central Contractors Registration database (www.ccr.gov) and the Online Representations and Certifications Application (orca.bpn.gov) prior to award of any contract, by entering the potential awardee DUNS number into each database. Failure to complete the registration may result in elimination from consideration for award. Contractors are further advised to mark each individual item within their offer considered privileged or confidential under the Freedom of Information Act with notification that the data is considered confidential and privileged and not subject to mandatory disclosure under the FOIA. CONTRACT PRICING - Contract pricing shall include all charges to the Government (e.g., overhead, profit, maintenance, transportation, etc.) The Government reserves the right to award without discussion; therefore, the contractor's initial quote should contain the best terms from a price standpoint. SUBMISSION OF QUOTES: On letterhead or business stationary, the following information is required: (1) The solicitation number; (2) The time specified in the solicitation for receipt of quotes; (3) The name, address, and telephone number of the quoter including contractor's DUNS number; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms. (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) In regards to past performance information please provide point of contact information for professional references. The contractor should provide a list of the last three contracts awarded to your firm which are of a related nature. Include the following for each: Customer Name, Address, Phone, Fax, Email address; Contract Number; Contact Person; Type of Work; Contract Amount; Contract Status (Active or Complete). The contractor should also provide contact information for a financial reference to include Bank Name, Address, Phone, and Contact Person. If your references will require a Release of Information statement - provide it with your quote submittal. (11) Since the quote is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. quotes that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. Quotes must be received at the Federal Bureau of Prisons, National Acquisition and Systems Section, 320 First Street NW, Room 5005, Washington, DC 20534 no later than 2:00pm local time on Monday, September 19, 2011. Questions regarding this requirement may be directed in writing to Douglas Shoch, Contracting Officer at the email address listed in this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/PPB/RFQP0700NAS1100253/listing.html)
 
Place of Performance
Address: FTC Oklahoma, 7410 S. MacArthur Blvd., Oklahoma City, Oklahoma, 73169, United States
Zip Code: 73169
 
Record
SN02574504-W 20110915/110914000626-ce46886b01e8539aab4d9d7a0dd74638 (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.