SOLICITATION NOTICE
70 -- ParaScope 2000 Analyzer
- Notice Date
- 6/20/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of Homeland Security, Immigration & Customs Enforcement, Headquarters Procurement Division, Wash DC, 425 I Street, NW, Washington, DC, 20536, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- ENG-07-0381
- Response Due
- 6/29/2007
- Archive Date
- 7/14/2007
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 ENG-07-0381 and is issued as a Request for Quotes (RFQ). The associated North American Industry Classification System (NAICS) code is 334515. Small business size standard is 500 employees. U.S. Immigration & Customs Enforcement (ICE) has a requirement for the products to be acquired as listed below. In accordance with FAR 52.211-6 Brand Name or Equal, the Government will consider equivalent products. The Government will award on an all or none basis. The items and quantities are as follows: Item No. Model No. Description Unit QTY 0001 PS2000 ParaScope 2000 Analyzer with EA 8 WanXL software, all protocol decodes, 110/220 VAC power supply, PCMCIA card and cable, carrying case, and one year hardware warranty. 0002 Cable Pack ParaScope 2000 Cable Pack EA 8 0003 PS2BRI-U Module for Monitoring & Simulating EA 8 Data on ISDN BRI U Interface 0004 PS2BRI-ST Module for Monitoring & Simulating EA 8 on ISDN BRI S/T Interface Delivery address: DHS/Immigration & Customs Enforcement (ICE), 801 I Street, NW, Washington, DC 20536 Contract award cannot be made to any contractor not enrolled in the Central Contractor Registration (CCR) program. The CCR website is http://www.ccr.gov. The Offeror may obtain the full text of the clauses electronically at web site http://www.arnet.gov/far. Request for Quotation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2001- 25. I. Provision 52.212-1, Instructions to Offerors- Commercial Items applies. Provision 52-212-2, Evaluation - Commercial Items applies. With evaluation factors of: a. Technical (capability of the equivalent product offered to meet the agency?s need in accordance with FAR 52.211-6) b. Price ? Unit Prices must include all cost associated with performing this requirement to include shipping cost. II. In lieu of completing the ?Offeror Representations and Certifications? and sending back to the Government as formerly required under FAR 52.212-3, the offeror shall submit representations and certifications through the Online Representation and Certification Application (ORCA) at http://orca.bpn.gov, per the Federal Acquisition Regulation amended as of November 2006. III. FAR Clauses 52.212-4, Contract Terms and Conditions Commercial Items (Feb 2007), 52.204-7, Central Contractor Registration (July 2006) and 52.232- 33, Payment by Electronic Funds Transfer are hereby incorporated by reference. IV. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Mar 2007), which incorporate by reference the following Clauses: 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (Oct 1995)(41 U.S.C. 52.222-3, Convict Labor (Jun 2003)(E.O. 11755). 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (FEB 1999). 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). 52.225-1, Buy American Act--Supplies (JUN 2003)(41 U.S.C. 10a-10d). 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (OCT 2003)(31 U.S.C. 3332). V. 52.247-34 F.o.b. Destination. Offers are due no later than 10:00 am EDT on June 29, 2007 at the Department of Homeland Security, Immigration & Customs Enforcement, Office of Acquisition Management, 425 I Street, NW, Room 2208, Washington, DC 20536. No Solicitation document is available. Electronic submission will be accepted. Quotations may be faxed to (202) 616-7876, Attention: Mae Kim or emailed to Mae-Cha.Kim@dhs.gov. Questions concerning this RFQ should be submitted to Mae Kim at 202-305-8157 or email to Mae-Cha.Kim@dhs.gov .
- Place of Performance
- Address: Department of Homeland Security, U.S. Immigration & Customs Enforcement, 801 I Street, NW, Washington, DC
- Zip Code: 20536
- Country: UNITED STATES
- Zip Code: 20536
- Record
- SN01323389-W 20070622/070620220607 (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 |