SOLICITATION NOTICE
66 -- Portable Fingerprint Laser Systems
- Notice Date
- 8/9/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334413
— Semiconductor and Related Device Manufacturing
- Contracting Office
- Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, None, Washington, DC, 20537
- ZIP Code
- 20537
- Solicitation Number
- DEA-06-B-0005
- Response Due
- 8/24/2006
- Point of Contact
- Helen Seleme, Contract Specialist, Phone (202) 353-4058, Fax (202) 307-7818,
- E-Mail Address
-
helen.seleme@usdoj.gov
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Part 12.6, 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 DEA-06-B-0005, and is being issued as an Invitation for Bid (IFB). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation Circular 05-12, effective as of August 4, 2006. The North Atlantic Industry Classification System (NAICS) is 334413 and the size standard is 500 people. The Drug Enforcement Administration intends to issue a contract for the Office of Forensic Science under the test program described in FAR 13.5 for seven portable fingerprint laser systems with the option of purchasing seven additional laser systems. The proposed contract period is a base year and one (1) twelve month option period. The requirements for the portable fingerprint laser systems are as follows: Output powers: 532 nm ( + 5nm) 5.0 watts; Power stability: ±1.0% (measured over 2 hours); Adjustable Power .2 watts to 5 watts; Beam diameter 2mm / 15 to 30cm at 60cm from hand piece; Input power requirements shall be standard wall 110vac drawing less than 20A; External safety lock connection; Diode modules must be field replaceable and incorporate built-in memory, to retain exact factory calibration of diode; Laser system must be portable for easy and safe movement in the laboratory and in the field; Must contain electro static discharge protection; Laser system shall not make use of laboratory equipment such as an optical table for heat sinking of laser cavity or diodes; Laser manufacturer must have field replaceable heads and power supplies in stock and deliverable within three days; 5W of power out of the hand piece; Use a hand piece for convenient and manual on/off control of laser with zoom optics for wide angle or narrow beam operation; Flexible armored fiber cable of at least 10 feet in length; Optical fiber should not have more than one connector; Armored umbilical shall be leak-tight and bleachable; Handheld, cart-free system; Safe operation: Emergency off, laser emission indicators, interlock; Speckle-free output; 24-month performance warranty with unlimited hours of operations; Light weight (Weighing under 50 pounds); Laser viewing goggles, camera filters and case for transporting shall be included; Rugged Design. The requested seven laser systems shall be ordered, shipped, and installed at the following seven DEA Field Laboratories: 1. DEA Northeast Laboratory, 99 Tenth Avenue, Room 721, New York, NY 10011; 2. DEA Mid-Atlantic Laboratory, 1440 McCormick Drive, Largo, MD 20774-5313; 3. DEA Southeast Laboratory, 5205 NW 84th Avenue, Miami, FL 33166; 4. DEA North Central Laboratory, 536 S. Clark Street, Room 800, Chicago, IL 60605; 5. DEA South Central Laboratory, 10150 Technology Blvd., Dallas TX, 75520; 6. DEA Western Laboratory, 390 Main Street, Room 700, San Francisco, CA 94105; 7. DEA Southwest Laboratory, 815 Scott Street, Vista, CA 92081. The following provisions and clauses are applicable for this requirement: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.217-9 Option to Extend the Term of the Contract. (a) The Government may extend the term of this contract by written notice to the Contractor within sixty (60) days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least sixty (60) days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this Option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed sixty (60) months; Offerors are required to provide a complete copy of the provision at 52.212-3, Deviation-Offeror Representations and Certifications-Commercial Items. The Government intends to make a single award to the responsive, responsible offeror whose bid is conforming to this synopsis/solicitation, and will be the most advantageous to the Government. Parties responding to this solicitation may submit their bid in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.), but must include the following information: Companies complete mailing address and remittance address, discounts for prompt payment, if any (e.g. 1% 10 days), the Companies Dun & Bradstreet number, and the Taxpayer Identification Number (TIN). All bids must be received no later than 3:00 p.m., (eastern time) on August 24, 2006 to Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, 2401 Jefferson-Davis Highway, Alexandria, VA 22301, Attn: Helen Seleme, Contract Specialist. Each offeror is requested to use an address label (properly inscribed) when transmitting the bid. Such use will ensure proper handling of the bid. To prevent opening by unauthorized personnel, the outer wrapper should reference the IFB number, due date and time, and should include the following statement: “MAILROOM DO NOT OPEN.” HAND CARRIED bids (in person or overnight delivery) submitted in response to this synopsis/solicitation shall be delivered by the date and time specified above, to the lobby of Building 700 Army Navy Drive, Arlington, VA 22202. Upon entry, the individual making the delivery shall contact, by telephone located at the Guard’s Desk, the Contract Specialist identified above. The caller shall immediately indicate that a HAND CARRIED delivery is being made in response to this synopsis/solicitation. After the call is placed, the authorized representative will come to the lobby to officially record the date and time of receipt and accept the delivery. HAND CARRIED bids should be scheduled to be delivered in ample time so as not to be received after the date and time specified for receipt of bids. The date and time of receipt of the bid will be indicated on a receipt to be completed by the Contract Specialist. A copy of the receipt will be provided to the individual making the delivery. UNDER NO CIRCUMSTANCES SHALL BIDS BE LEFT WITH THE SECURITY OFFICER OR ANY OTHER INDIVIDUAL NOT DULY AUTHORIZED TO ACCEPT THE BID. The offeror is reminded that hand carried bids are subject to X-ray by the Drug Enforcement Administration. The offeror is responsible for allowing sufficient time to cover this process and for insuring that their bid is submitted to the Contract Specialist prior to the closing of the synopsis/solicitation. The offeror is also reminded that delays in mail deliveries are possible due to the current and ongoing national crisis. Therefore, it is the offeror’s responsibility to ensure arrival of their bid by the due date and time specified herein. All communications concerning this solicitation must be in writing, or sent via email to helen.seleme@usdoj.gov and received by 3:00 p.m. eastern time, no later than 7 calendar days after the published date of this synopsis/solicitation. Fax number is 202-307-7818. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (09-AUG-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 14-SEP-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DOJ/DEA/OAM/DEA-06-B-0005/listing.html)
- Place of Performance
- Address: See description for synopsis/solicitation for the delivery locations.
- Zip Code: 22202-4200
- Country: UNITED STATES
- Zip Code: 22202-4200
- Record
- SN01144534-F 20060916/060914230449 (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 |