SOLICITATION NOTICE
63 -- MOBILE X-RAY CARGO SCANNING DEVICE
- Notice Date
- 5/10/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- Contracting Office
- Department of Homeland Security, Customs and Border Protection, Procurement Directorate, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- HSBP1007Q1116
- Response Due
- 5/24/2007
- Archive Date
- 6/8/2007
- Description
- Description: The Department of Homeland Security, Customs and Border Protection (CBP), has a requirement for a mobile x-ray machine for use at various land border and airports within Kyrgyzstan Operational Requirements: . Cargo Types - wooden and cardboard boxes, soft and hard sided luggage . Cargo Dimensions - no less than 48 inches by 48 inches . Cargo Weight - not to exceed 350 Ibs, average approximately 100 Ibs. . Cargo Density - low to medium . Trailer to be towed by a GAl Van (Russian). Van weighs approximately 5,000 Ibs. . Gross tongue weight - no less than 4,400 Ibs. . GAl Van tow bar with DIM tow eye (See attached file X-Ray trailer hitch.jpg) Technical specifications: . The offeror shall provide delivery of one mobile x-ray inspection trailer for the Customs Service of Kyrgyzstan with the following specifications. . X-ray Generator - no less than 160 KV rated, operating at 140 KV . Tunnel Size - no less than 48 inches by 48 inches . Resolution - no less than 36 AWG . Penetration - no less than 11/8inches steel . Material Separation - Low l, Medium l, High l to 0.5 Accuracy . Detectors - Dual Energy, L-shaped array . X-ray Imaging Enhancements - Multi-Energy Imaging, Density Threat Alert, Variable Edqe Enhancement, Variable Gamma, Organic/inorganic Stripping, etc. . System Power - 230 VAC + 10%/ - 15% (50 Hz/60Hz +/- 3Hz . System Conveyor: Stainless Steel construction Motorized Feeding Conveyor Heavy Duty Discharge Roller Conveyor Conveyor Load - not to exceed 350 Ibs. Conveyor Speed -40 ft./min. Conveyor shall fold down in horizontal position for operation . Computer Specifications (minimum): 1 GHz CPU, 128 MB RAM, 40 GB hard disk with optional functions 17 " XVGA Color Monitor . Trailer Specifications: X-ray inspection system integrated into the trailer body Trailer tow bar with DIM tow eye Heat-insulated Trailer Body capable of maintaining 32 - 104 degrees Fahrenheit (operating) and -4 - 140 degrees F (storage) Internal operator's cabin and storage compartment Ergonomically designed control desk and comfortable chair inside the operator's cabin. Provide options for full service and extended warranties to include parts and labor for on site repairs and servicing. The delivery date is June 29, 2007. This acquisition is being solicited on an unrestricted basis; the North American Industry Classification System is 334517 with a size standard of 500 employees. The Point of Contact for this requirement is, Richard Kirby @202-393-8441 ext 262, Fax (202) 393-7565, Email richard.kirby@associates.dhs.gov. Place of Delivery: Bishkek, Kyrgyzstan. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; responses are being requested and a written solicitation will not be issued. Solicitation number HSBP1007Q1116 is being issued as a Request for Quotations (RFQ). This is a RFQ in accordance with FAR Part 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-16 (22 MAR 2007) and the Department of Homeland Security Acquisition Regulations (HSAR). It is the offeror?s responsibility to be familiar with the applicable clauses and provisions. This RFQ will be issued exclusively through this Government Point of Entry (Fedbizopps.gov). All future information about this acquisition including amendments to this procurement requirement will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. Required Services are described in the attached Statement of Work (SOW). Clauses and provisions may be accessed via the Internet, http://farsite.hill.af.mil or http://acquisition.Gov, or by contacting the Contracting Officer. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order. FAR 52.212-1, Instruction to Offerors Commercial Items (Sep 2005) and FAR 52.212-2, Evaluation-Commercial Items both apply to this acquisition. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certification Commercial Items (March 2005) as part of their quotation or provide a reference to their Representations and Certifications on Online Representations and Certifications Application (http://orca.bpn.Qov) (ORCA).. The offeror must be registered in the Central Contractor Registration (CCR) (http://www.ccr.gov) database and must provide DUNS number and TIN with quotation. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Sep 2005) is incorporated into this RFQ. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes on Executive Order-Commercial Items (Feb 2006) is applicable. The following FAR clauses under paragraph (b) are applicable: 52.222-21, Prohibition of Segregated Facilities; 52.222-3, Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 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; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.204-7, Central Contractor Registration; 52.247-64 The schedule for this procurement is as follows: Combined Synopsis/Solicitation posted?May 10, 2007Questions Questions Due???????????. May 14, 2007 NLT noon Answers Posted???????????May 17, 20076 NLT noon Proposals Due???????????..May 24, 2007 NLT noon All times are Washington D.C. local time. Questions and Proposals shall be submitted to Richard Kirby by e-mail at richard.kirby@associates.dhs.gov. Quotations must meet all instructions set forth in this combined synopsis/solicitation and are due on May 24, 2007 NLT noon. Reference the RFQ number HSBP1007Q1116 on your submission The Government will award a purchase order resulting from this RFQ to the lowest price technically acceptable equipment. Submissions in response to this RFQ shall be comprised of four (4) parts. (I) The technical submission shall not be more than seven (7) pages. (II) The Past performance submission shall be separate from the technical proposal. The Past performance submission shall not be more than two pages and shall include at least three (3) references of previous sales of similar products held over the past three (3) years inclusive of the names, email addresses and phone #'s of Points of Contact. (III) The Cost/Price Submission shall not be more than two (2) pages. The Offerors shall breakdown their pricing into the two main components of this procurement as follows: Description Unit Price Extended Total Mobile X-Ray Trailer Training Extended/Full Service Warranty TOTAL (IV) The Representations and Certifications shall be separate from the Technical Submission, Resumes, Past Performance Submission and Cost/Price Submission. GSA Schedule Quotations and Quotations against other Government Wide Acquisition Contract Vehicles are encouraged. Facsimile Quotations will not be acceptable. Email all quotes. Offerors are encouraged to submit unique, innovative solutions in accordance with their commercial business practices as per the following business objectives: 1. To implement and use an innovative and creative technical approach for the Equipment that meets the requirements set forth herein in accordance with the Offeror?s standard commercial practices. 2. To propose a pricing structure to accomplish the requirements set forth in this Statement of Work. 3. To encourage Offeror?s to propose business solutions using performance based contracting techniques with incentives and disincentives designed to reward superior performance (e.g. early delivery and acceptance by Government of product) and poor performance (e.g. loss of dollars) based on commercial quality standards. 4. To accomplish the requirements set forth in this Statement of Work. 5. To provide comprehensive program reporting on issues impacting delivery or capability of the equipment. 6. To propose a contract type in accordance with the Offeror?s standard commercial practices. The Government contemplates the award of a firm a fixed price order.
- Place of Performance
- Address: BISHNEK KRYRGYZSTAN
- Country: KYRGYZSTAN
- Country: KYRGYZSTAN
- Record
- SN01291484-W 20070512/070510220510 (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 |