Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2011 FBO #3469
SOLICITATION NOTICE

70 -- Polygraph Equipment for Drug Enforcement Administration (DEA)

Notice Date
5/23/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
 
ZIP Code
35807-3801
 
Solicitation Number
W9113M-11-R-0011
 
Response Due
6/2/2011
 
Archive Date
8/1/2011
 
Point of Contact
Stefanie Polk, 256-799-4309
 
E-Mail Address
US Army Space and Missile Defense Command, Deputy Commander
(stefanie.polk@smdc.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 1. This is a combined synopsis/solicitation to procure a polygraph machine for the Drug Enforcement Administration (DEA) prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-49, effective 24 January 2011. This requirement is 100% small business set-aside. All future information about this acquisition including solicitation amendments will 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. The solicitation number is W9113M-11-R-0011 and shall be referenced on all proposals. 2. The North American Industry Classification System (NAICS) code is 334519 - Other Measuring and Controlling Device Manufacturing. Offerors must be registered in the Central Contractor Registration (CCR) at: http://www.ccr.gov, in order to be considered for award. 3. Carefully review the commercial item FAR clauses for information about requirements and instructions for submitting a quotation. The following provisions and clauses apply to this procurement: Federal Acquisition Regulation (FAR) provision 52.211-6, Brand Name or Equal; FAR provision 52.212-1, Instructions to Offeror- Commercial Items; FAR provision 52.212-2, Evaluation-Commercial Items; FAR provision 52.212-3 and ALT I, Offeror Representations and Certification-Commercial Items; FAR Clause 52-212-4, Contract Terms and Conditions- Commercial Items; FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2011) - in paragraph (b) the following clauses apply; 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-1, 52.225-13, 52.232-34. Offerors shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; FAR clause 52.247-34 F.O.B. Destination It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The Government contemplates an award of a Firm Fixed Price Contract resulting from this solicitation. 4. Description of Requirement: The purpose of this requirment is to procure a polygraph system to provide support to Drug Enforcement Administration's (DEA) overall support of the Counternarcotics (CN) mission in Kazakhstan. This equipment is needed to allow the DEA to provide polygraph support of vetting personnel in Kazakhstan to provide support to US government funded CN projects. The contractor is responsible for International Traffic in Arms Regulation (ITAR) compliance, custom clearance, value added tax (vat) if applicable, and any other associated taxes and fees that are relevant to satisfaction of this task order. Items are to include shipping and handling. CLIN 0001: 1 EACH, BRAND NAME: Lafayette Model: LX5000, (the entire package). Standard manufacturer warranty shall be included. All interested vendors must include the provision of all equipment as listed below. All items shall be new: Polygraph Equipment shall include the following characteristics: LX5000-505 9-CHANNEL ALL IN ONE LX5000 W/LAPTOP & PRNT ALL IN ONE THIS SYSTEM/KIT INCLUDES: 9-CHANNEL ALL IN ONE LX5000 W/LAPTOP & PRINTER SYSTEM/KIT INCLUDES: 3-952-019 HIGHSPEED USB CABLE #AU-Y1002A 76506A-5 PUMP BULB WITH GAUGE FOR LX5000 - QUICK CON 76513A-B PNEUMO ASSY - BLUE W/VENTED QUICKCONNECT 76513A-T PNEUMO ASSY - TITANIUM W/VENTED QUICKCONNECT 76530A-5 CUFF STAND ARM KOVACIC FOR LX5KHM - QUICK CON 76604A-5L PLE FINGER CLIP - LONG LX5000 HIROSE STYLE 76640A-5L GSR SNAPS CABLE - LONG LX5000 HIROSE STYLE 76879S ACTIVITY SENSOR SEAT PNEUMATIC TYPE LX-0305 DELUXE LAPTOP COMPUTER LX-1575 PRINTER PENTAX POCKETJET LX5000 LX5000 DAS CONTROL BOX All items shall be delivered FOB destination 60 days ARO to POC: Agent John Stec (Phone: 202-307-4316) POD: 8701 Morrissete Drive Springfield, VA, 22152 USA Note: Request notification to Mr. Stec when delivery will be made so appropriate preparations can be made Inspection and acceptance will take place at the aforementioned address. 5. Award of this contract is anticipated on or about 14 June 2011. All work performed under this contract shall be unclassified. A firm fixed price contract will be made awarded to the responsive, responsible offeror whose quote conforms to this combined synopsis/solicitation and is the Best Value to the Government. The following evaluation factors in descending order of importance will be used to evaluate offers: (1) technical acceptability (2) price and (3) past performance. The Government reserves the right to award without discussions; therefore, it is critical that each quote be fully responsive. However, the Contracting Officer also reserves the right to conduct discussions, if later determined to be necessary. Items called for by this combined synopsis/solicitation have been identified by a brand name or equal description, such identification is intended to be descriptive but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Quotes offering equal products (including products of a brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristics and requirements listed in the combined synopsis/solicitation; unless the quoter clearly indicates in his/her quote that he/she is offering an equal product referenced in the solicitation. If the quoter proposes to furnish an equal product, the brand name, if any, of the product to be furnished shall be clearly identified in the quote. The evaluation of quotes and the determination to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the quoter or identified in his/her quote as well as other information reasonably available to the purchasing activity. 6. Submit the following documents in response to this RFQ: a. Quotation Cover Page b. Technical Capability Statement c. Price Quotation d. Past Performance 7. Offers are due on 2 June 2011 by 1700 CST. All questions/inquiries must be submitted to Stefanie Polk via electronic mail (e-mail) not later than 26 May 2011 by 1400 CST. PHONE CALLS WILL NOT BE ACCEPTED. Inquiries submitted via telephone calls will be re-directed to an e-mail submission. Submit offers or any questions to the attention of Stefanie Polk via email to: stefanie.polk@smdc.army.mil. Offerors who fail to complete and submit the requirements above may be considered non-responsive.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/SMDC/DASG60/W9113M-11-R-0011/listing.html)
 
Place of Performance
Address: US Army Space and Missile Defense Command, Deputy Commander ATTN SMDC-CM-AP, P.O. Box 1500 Huntsville AL
Zip Code: 35807-3801
 
Record
SN02454929-W 20110525/110523234810-6672b91e177c4c491f928986339b6a48 (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.