|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 15,1998 PSA#2074Department of the Treasury, DY, U.S. Customs Service, Procurement
Division, 1300 Pennsylvania Avenue, Suite 4.2-E, Washington, DC 20229 58 -- COMMUNICATION TRACKING EQUIPMENT AND ANCILLARY EQUIPMENT AND
SERVICES SOL CS-98-029 POC Mark Weinstein, (202) 927-0567 The United
States Customs Service (Customs) has a requirement for Communication
Tracking Equipment, ancillary equipment and services. The offeror shall
provide Locator Workstations, Commercial Vehicle Locator Units, and
Covert Vehicle Locator Units. The Locator Workstations shall be
computer based workstations that shall be capable of locating Teletrac
brand (Teletrac) transmitters. The Locator Workstation must be capable
of dialing into a Teletrac mainframe, sending location commands, and
displaying the location of the transmitter on a street level map on the
screen. The offeror shall also provide documentation, training and
maintenance support and must have an annual maintenance program.
Support shall be provided for one year after final acceptance by
Customs under a one year warranty. Multiple Awards may be made by
Customs under this requirement. An Indefinite Delivery Indefinite
Quantity Type Contract with a five year systems life (having options
for maintenance and support services) is contemplated. Customs is
contemplating having other federal law enforcement agencies use this
contract vehicle to purchase communication tracking equipment. This
procurement has been designated as a 100% unrestricted procurement. A
Fast Track Source Selection Process will be used by Customs to award
this requirement. The following criteria will be utilized to evaluate
an offeror's response to this requirement: Experience, Past
Performance, Technical Capability and Compatibility to existing
installed base Teletrac equipment, and Cost/Price. This requirement
will be processed using the procedures set forth in FAR part 12,
Commercial Item Acquisition with the solicitation and contract
containing the applicable provisions and clauses for conducting,
evaluating, and awarding a contract for a commercial item. FAR
52.212-1, Instructions to Offerors, Commercial Items, FAR 52.212-2,
Evaluation-Commercial Items, apply to this requirement/acquisition.
Award will be made to a technically acceptable, responsible offeror at
fair and reasonable prices. Because this is a commercial item
acquisition, FAR 12.603(c)(3)(ii) will be used for establishing the
Solicitation response time, rather than the time established in note
22, which in this instance is not applicable to this commercial item
acquisition. Y2K Clauses shall be included as part of any contract
resulting from this acquisition. Written requests for the solicitation
in response to this synopsis should reference Solicitation No.
CS-98-029 and should be transmitted to Mr. Mark Weinstein, Contracting
Officer, U.S. Customs Service Procurement Division, 1300 Pennsylvania
Avenue, Suite 4.2-E, Washington DC 20229, fax #: 202-927-1190,
Internet E-Mail Address: Mark.Weinstein@customs.sprint.com. No
telephone requests will be honored. Customs anticipates that this
solicitation will be released to Industry during May, 1998. (0103) Loren Data Corp. http://www.ld.com (SYN# 0201 19980415\58-0003.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|