Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2012 FBO #3864
SOLICITATION NOTICE

58 -- Provide Seismic Intrusion Detection System

Notice Date
6/21/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-8 Cherokee National Forest, 2800 N. Ocoee Street, Cleveland, Tennessee, 37312
 
ZIP Code
37312
 
Solicitation Number
ag-4756-S-12-0024
 
Point of Contact
Jane M. Adler, Phone: 423-476-9713, Nina B Barrow, Phone: 423-476-9706
 
E-Mail Address
jadler@fs.fed.us, nbarrow@fs.fed.us
(jadler@fs.fed.us, nbarrow@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
The Cherokee National Forest has a requirement for a long term (5 - 10 years) semi-permanent, seismic intrusion detection system for use at a designated site in the Forest. PROJECT TITLE: Furnish Seismic Intrusion System for Cherokee National Forest. This solicitation identified as AG-4756-S-12-0024 is issued as a Request for Quotation using simplified acquisition procedures. Issue date of this synopsis/solicitation is June 21, 2012. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations, 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. SET-ASIDE: This solicitation is a Total Small-Business Set-Aside. The applicable NAICS code is 334290 the applicable small business size standard is 750 employees. DESCRIPTION OF REQUIREMENT: The Seismic Intrusion System will be installed at a remote Forest location with no cell service, no radio repeator or radio frequency capabilities. There is a DSL for use with the system (6 mgb upload/download). 1) Components must be suitable for long term, semi-permanent deployment (5-10 years). 2) Must be a seismic intrusion detection system (detects intrusion through vibrations in the soil layers). 3) Must be Wireless sensors (minimum of 3 - maximum of 15 sensors), sensors would be required for burial around the perimeter of the site to be protected. (Current site size is about 7 acres). The sensors should be of a small enough size to be easily buried around the perimeter of the site in a wooded area. 4) The wireless battery powered sensors need to be equipped with radio frequency transmitter to send signals to a monitored receiver (gateway device). 5) The gateway unit must be equipped for SMS (short message service) for contacting Law Enforcement cell phones via DSL line to computer or cell phone. 6) Devices must have long battery life (1.5-2 years) to prevent frequent servicing of unit. 7) System must be capable of adding additional buried sensor units. 8) System must differentiate between human, wildlife, and vehicular signatures to minimize false alarms. 9) System must have local and remote programming capability over DSL. 10) System must be capable of operating/ sending alerts through a DSL connection. Cellular service is not available. 11) Vendor shall install the program for system on a government furnished laptop computer; computer will be a HP EliteBook 8760w Mobile Workstation computer with Dual core i7 processor-2640M, Windows 7 PRO64 operating system, 8GB RAM, and two 500 GB hard drive 12) Provide 1 day or half day of training, if needed. SUBMIT PROPOSALS: Interested sources shall provide pricing, literature and all information about the system offered in response to requirements. Price should include shipping and handling charges for FOB-Destination. Offerors must respond with written offer on company letterhead or form, submitted hard copy with 2 copies; email or faxed proposals will not be considered. Submit offer no later than close of business July 17, 2012by regular or express mail, to: Cherokee National Forest, Attn: Jane Adler, 2800 North Ocoee Street, Cleveland TN 37312, no Fax or email quotes please. Include 2 copies of offer with product literature and warranty provisions (if applicable) and proposed delivery date in your proposal. Quotes will be evaluated on technical capabilities to meet specifications, past performance and price. Meeting technical capabilities is more important than past performance or price. SPECIAL NOTE: Successful contractor must be registered in the Central Contractor Registration Database (www.ccr;gov) and in Online Representations and Certifications (http://orca.bpn.gov) prior to award of contract. Vendors must submit a DUNS number with their quotation. PROVISIONS AND CLAUSES: The following apply: FAR 52.252-1 Solicitation Provisions Incorporated by Reference and FAR 52.252-2 Clauses Incorporated by Reference, website is https://www.acquisition.gov/far/index.html and http://www.dm.usda.gov/procurement/policy/agar.html for the Agriculture Acquisition Regulations (AGAR). The following clauses apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, AGAR 452.211-70 Brand Name or Equal (Nov 1996) FAR 52.212-2 Evaluation-Commercial Items (Jan 1999), FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (must be submitted with quote); 52.212-4, Contract Terms and Conditions - Commercial Items;; FAR 52.247-34, F.O.B. Destination (Nov 1991); and AGAR 452.211-71, Equal Products Offered (Nov 1996). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items under paragraph (b) the following clauses are incorporated: (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). 12)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644).; 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). 15)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637(d)(4)). (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (32) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). (39) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (40)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (May 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, and 112-42). (41) 52.225-5, Trade Agreements (May 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). (45) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (50) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). AGAR Clauses: AGAR 452.209-70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction. (DEVIATION 2012-01) (FEB 2012) Alternate 1 (Feb 2012) AGAR 452.209-71 Assurance Regarding Felony Conviction Or Tax Delinquent Status For Corporate Applicants Alternate 1 (Feb 2012) AWARD: In accordance with FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement, price, past performance, experience and delivery date. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-24. All FAR provisions and clauses may be viewed on the web at www.arnet.gov/far/loadmain52.html.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/4756/ag-4756-S-12-0024/listing.html)
 
Place of Performance
Address: Cherokee NF, Supervisor's Office, 2800 North Ocoee Street, Cleveland, Tennessee, 37312, United States
Zip Code: 37312
 
Record
SN02782692-W 20120623/120621235807-5aa925af3e3fdda372ce0d9f123cd1a4 (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.