SOLICITATION NOTICE
58 -- GPS Trackers and kits - HSAR 3052.209-70
- Notice Date
- 8/31/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
- ZIP Code
- 20528
- Solicitation Number
- 70RTAC18Q00000136
- Archive Date
- 9/7/2018
- Point of Contact
- Cheryl Bernhard, Phone: 2024475038
- E-Mail Address
-
cheryl.bernhard@hq.dhs.gov
(cheryl.bernhard@hq.dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- HSAR 3052.209-70 Fill out This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 70RTAC18Q00000136 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100. The associated North American Industrial Classification System (NAICS) code for this procurement is 561621 with a small business size standard of $20.5 mill. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes. DHS has a requirement to purchase 50 each kits for Global Positioning System (GPS) trackers and compatible accessories. The following items are required as Brand Name or Equal to Sendum Wireless Corp PT300D Global Positioning System Trackers. The offeror shall provide 50 kits. Each kit shall include a pelican 1200 or 1120 or equivalent lockable, water tight case with the following in a kit. The kits must have all of the following characteristics: 1. compatibility with existing tracking software (Uni Trac and Autofind Web) 2. an accessory pack and Advance Sensor pack is needed for each kit 3. capable of transmitting and receiving data over multiple cellular telephone networks utilizing CDMA and GSM formats 4. capable of worldwide tracking 5. capable of sensing temperature, relative humidity, barometric pressure, motion, shock, vibration, orientation and light sensing 6. must have an internal rechargeable battery as well as compatibility with a 10,000mAh external rechargeable battery 7. must be capable of attachment by magnet 8. must be a small enough physical size to be suitable for covert deployment 9. must have a rugged deployment enclosure capable of protecting the tracker and battery from the environment 10. the kit must possess compatible 110v battery chargers that will charge both the external batter and the internal 3.7mAh lithium-ion battery 11. the kit must include a pelican/storm style water resistant, lockable case that will fit the tracker and all accessories 12. the trackers must be shipped pre-programmed for use on the Verizon Network and programmable to AT&T Network 13. Necessary accessories include: a rugged deployment case capable of protecting the tracker, battery and accessory pack from the environment, two (2) 10,000mAh batteries per tracker, a charger to charge the batteries and 110v battery chargers that are compatible with the external batteries. 14. BFA10082 PT300D on Verizon network with Vodafone chip x1 15. BFA1007 accessory pack x1 16. PC300 Deployment cases x1 17. 10000mAh batteries x2 18. Battery charger for 10000mAh battery x1 19. Advanced sensor pack x1 20. Sensor pack charger x1 ***Question Submission: Interested offerors must submit any questions concerning the solicitation to the buyer no later than 9/4/18 at 12:00pm EST.*** All quotes shall include: 1. Item descriptions, quantities, unit price, and extended pricing 2. A statement that all items being proposed meet all of the characteristics listed 3. If offering substitute products, the offeror must provide documentation to show how those products are equivalent 4. Quotes must propose F.O.B. Destination and include shipping costs. Delivery shall be to Landover, MD 5. State where the product is manufactured 6. DUNS number and TIN 7. Contractor banking information: bank name, address, checking number, and routing number 8. The offeror shall fill out the attachment titled "HSAR 3052.205-70" and submit with quote All documents listed above shall be submitted in electronic format and emailed to Cheryl Bernhard at Cheryl.bernhard@hq.dhs.gov by no later than 6 September 2018, 0900 EST. Please cite the RFQ number in the email. Hard copy mailed or faxed quotes will not be accepted. Award will be based on the lowest priced technically acceptable offeror. In order to be technically acceptable, offerors shall meet all of the requirements stated above, provide the documentation listed, and must be actively registered in www.sam.gov at time of award. Past performance will be evaluated by reviewing PPIRS and will be rated as acceptable or unacceptable based on the findings. In order to be determined technically acceptable for this solicitation, the offeror must also receive an acceptable past performance rating based on the evaluation findings. Failure to comply with the terms and conditions stated herein may result in an offer being determined as non-responsive. No partial shipments are permitted unless specifically authorized at the time of award. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. These FAR and HSAR Provisions and Clauses may be accessed via the world wide web at: http://www.arnet.gov/far/, www.dhs.gov. Telephone requests for copies of FAR Provisions and/or Clauses will not be accepted. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central contractor registration (Oct 2016) 52.204-13 - System for Award Management Maintenance. (Oct 2016) 52.211-6 -- Brand Name or Equal (Aug 1999) 52.212-1 Instructions to Offerors-Commercial Items (Aug 2018); 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2018) (Contractor's certifications will be reviewed via www.sam.gov). 52.212-4 Contract Terms and Conditions-Commercial Items (Jan 2017); 52.232-39 - Unenforceability of Unauthorized Obligations. (Jun 2013) 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors. (DEC 2013) 52.252-2 Clauses Incorporated by Reference. (FEB 1998) HSAR 3052.209-70 Prohibition on contracts with corporate expatriates. (JUN 2006) Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (Aug 2018) the following clauses apply and are incorporated by reference: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, convict labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 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, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans, 52.222-50, Combating Trafficking in Persons 52.225-1, Buy American--Supplies 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --System for Award Management; and USSS-70 "Unauthorized use of Secret Service Name" in accordance with 18 U.S.C. 709, In accordance with 18 U.S.C. 709, any contractor, except with the written permission of the Director of the U.S. Secret Service, who knowingly uses the words "Secret Service", "Secret Service Uniformed Division", "U.S.S.S.", "U.D." or any colorable imitation or such words or initials, in connection with or as a part of any advertisement, circular, book, pamphlet or other publication, play, motion picture, broadcast, telecast, other production, product or item, in a manner reasonably calculated to convey the impression that such advertisement, circular, book, pamphlet or other publication, product, or item, is approved, endorsed, or authorized by or by associated in any manner with, the U.S. Secret Service or the U.S. Secret Service Uniformed Division shall be punishable as follows: a corporation, partnership, business trust, association, or other business entity, by a fine under this title; an officer or member thereof participating or knowingly acquiescing in such violation or any individual violating this section, by a fine under this title or imprisonment for not more than one year, or both.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/70RTAC18Q00000136/listing.html)
- Place of Performance
- Address: landover, Maryland, United States
- Record
- SN05067949-W 20180902/180831231531-1119c47b89c90f786928f0dd686ea6f9 (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 |