Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2012 FBO #3954
SOLICITATION NOTICE

58 -- IR Camera Upgrades - Package #1

Notice Date
9/19/2012
 
Notice Type
Cancellation
 
NAICS
333315 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 20598, United States
 
ZIP Code
20598
 
Solicitation Number
HSTS05-12-Q-CMH002
 
Archive Date
10/19/2012
 
Point of Contact
Margaret Butler, Phone: 571-227-3966, Stacey M Walker, Phone: 206-834-2409
 
E-Mail Address
margaret.butler@dhs.gov, stacey.walker@tsa.dhs.gov
(margaret.butler@dhs.gov, stacey.walker@tsa.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Pricing Table HSTS05-12-CMH002 in PDF format RFQ HSTS05-12-CMH002 in PDF format This is a Combined Synopsis/Solicitation Request for Quotation (RFQ) for commercial items prepared in accordance with the information in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; firm fixed price quotations are being requested. A written solicitation will not be issued. Solicitation number HSTS05-12-Q-CMH002 is hereby issued as an Request for Quotation (RFQ). This solicitation document incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61, effective September 13, 2012. This acquisition is 100% set aside for small business concerns. The associated NAICS code is 333315 and the small business standard is 1000 employees/average annual receipts. Pricing The pricing shall be detailed in the following pricing table: See Pricing Table Attachment 1 Description of requirement for items: The IR camera add on must be compatible with the existing CCTV (M3G camera), MVS Systems mobile mast-mounted camera surveillance systems for use in monitoring operations, exercises for incident management. This items must be brand name only with the following salient characteristics: Characteristics Measure Sensor Type 320x240 VOx microbolometer Field of View 23°x7° or 14°x10° (HxV) Spectral Band 7.5-13.5 μm Automatic Features Contrast, Bright Storage Temp -50°C to +65°C Video RS170A Delivery: Delivery shall be FOB Destination at Port Columbus International Airport. The Government will ship the government-owned camera(s) at its own expense to the contractor for the upgrade to be performed, and the contractor will be required to deliver FOB destination. The pricing shall include all parts and labor. FAR 52.212-1, Instructions to Offerors -Commercial (FEB 2012) applies to this order and no addenda is attached. All offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, with its offer." The clause FAR 52.212-4, Contract Terms and Conditions -Commercial Items (FEB 2012) applies to this order (No addenda are attached). The following clauses within FAR Clause 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (AUG 2012) apply to this order: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). __ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest after Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] _X_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (AUG 2012) (Pub.L. 109-282)(31 U.S.C. 6101 note). _X_ (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) (section 738 of Division C Pub. L. 112-74, section 740 of Division C of Public Law 111-117, section 743 of Division D of Public Law 111-8, and section 745 of Division D of Public Law 110-161). _X_ (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (Applies to contracts over $30,000). _X_ (12) (i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). _X_ (16) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). _X_ (23) 52.219-28, Post Award Small Business Program Representation (APR 2012) (15 U.S.C. 632(a)(2)). _X_ (26) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). _X_ (27) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (APR 2012) (E.O. 13126). _X_ (28) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). _X_ (29) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). _X_ (31) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793). _X_ (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011). _X_ (39) 52.225-1, Buy American Act--Supplies (FEB 2009) (41 U.S.C. 10a-10d). _X_ (42) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X_ (47) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). All item shall be covered by the manufactures warranty. Quotes shall be good for a minimum of 30 days after close of the RFQ. Shipping must be free on board (FOB) destination Continental United States (CONUS). The seller is responsible for cost of shipping and risk of loss prior to actually delivery at the specified location. Quotation Submittal Instructions: Quotes shall be emailed to the email address below: Due Date: September 20, 2012 at 3:00 PM Eastern Time Submit to: Margaret.Butler@dhs.gov Submittal Format: Electronic submissions only. Contractors must specify the make/model/part numbers of all quoted product and submit sufficient technical literature in order for the government to determine technical acceptability. Vendors must be currently registered, and provide a copy of a valid certification in the Online Representation and Certifications Application (ORCA) (http://orca.bpn.gov) as well as current in https://www.sam.gov/portal/public/SAM/. Evaluation Factors: The Government will evaluate quotes based on the Lowest Price Technically Acceptable (LPTA) process. The award will be made on the basis of the lowest evaluated price of quotes meeting the technical requirements based on the following criteria: • Price • Technical acceptability
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS05-12-Q-CMH002/listing.html)
 
Place of Performance
Address: Port Columbus International Airport, Columbus, OH 42319, Columbus, Ohio, 42319, United States
Zip Code: 42319
 
Record
SN02890725-W 20120921/120920002330-45a19efb670fbd6a514803755ba6515d (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.