Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2008 FBO #2407
DOCUMENT

70 -- Unattended Ground Sensors (UGS) Procurement - Description of Items

Notice Date
6/27/2008
 
Notice Type
Description of Items
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Secure Border Initiative Acquisition Office, 1300 Pennsylvania Ave. NW, Room 7.2C RRB, Washington, District of Columbia, 20229
 
ZIP Code
20229
 
Solicitation Number
PR20040422-1
 
Archive Date
7/2/2008
 
Point of Contact
Millie A. Mitchell,, Phone: 2023442581, Barbara A. Janitis,, Phone: 2023441226
 
E-Mail Address
Millie.Mitchell@dhs.gov, Barbara.Janitis@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is PR20040422-1. This solicitation is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. This requirement is for a Small Business Set-Aside and only qualified offerors may submit bids. The Associated North American Industrial Classification System (NAICS) code for this procurement is 334511 and the small business size standard is 750. This solicitation has a requirement for brand name only. It is for Unattended Ground Sensors (UGS) and Supporting Communication Equipment manufactured by Monitron. This procurement augments an existing nationwide network of UGS and monitoring equipment. The UGS utilizes four types of sensor cards: Directional/Seismic (DS), Dual Directional (DD), Dual Seismic (SS) and Contact Closure/Open (CC). See attachment for description of specific make and model. Small Business Set Aside Firms must be authorized resellers of Monitron equipment. This procurement is by “Brand Name” not “Equal”. Additionally, other required performance parameters are: •Must operate in the 154Mhz – 174Mhz range •Must transmit 5watts @ 12 volts in narrowband •Must be compatible with Office of Border Patrol Intelligent Computer Aided Detection system •Must be compatible with the current sensor communication infrastructure (Monitron) Place of Delivery is Department of Homeland Security, Operations and Maintenance Center, 7400 Meridian Place, Suite A. Albuquerque, New Mexico 87121. Delivery will be FOB destination. Inspection and acceptance will be at destination. After award, delivery is NTE 180 days to include invoicing and closeout with priority delivery on Northern Border equipment. The government prefers Northern Border equipment within 120 days after delivery. All quotes must be for all items as stated. Partial quotes will not be considered. Award will be made to a single vendor. Quotes will be evaluated on lowest price/technically acceptable (Specific make and model) only. The offerors are required to provide their Contractors DUNS Number and Commercial and Government Entity (CAGE) code with quote. FAR and HSAR Provisions and Clauses applicable to this acquisition are as follows: FAR 52.212-1, Instruction to Offer-Commercial; FAR 52.212-3, Offeror Representations and Certifications (Offeror must submit a completed copy with its offer), FAR 52.212-4, Contract Terms and Conditions-Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.204-7 Central Contractor Registration; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; FAR 52,219-8 Utilization of Small Business Concerns; FAR 52.219-9 Small Business Subcontracting Plan; FAR 52.219-14 Limitations on Subcontracting; FAR 52.219-16 Liquidated Damages-Subcontracting Plan; FAR 52.219-28 Post Award Small Business Program Rerepresentation; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor- Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fee; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-1 Buy American Act; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer; HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates. The clauses and provisions can be found at http://www.arnet.gov/far/ and http://farsite.hill.af.mil/VFHSARA.HTM. Interested parties should submit quotes electronically to Millie Mitchell at Millie.Mitchell@dhs.gov. The deadline for receipt of proposals for this combined synopsis/solicitation is Tuesday, July 1, 2008 at 5:00pm EST.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c87dafa45535e8b107a10b3acb520a3b&tab=core&_cview=1)
 
Document(s)
Description of Items
 
File Name: Description of Make and Model (Description Make and Model.doc)
Link: https://www.fbo.gov//utils/view?id=e9455d728a9f57ebc62b9c2bf60b34ee
Bytes: 28.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Homeland Security, Operations and Maintenance Center, 7400 Meridian Place, Suite A., Albuquerque, New Mexico, 87121, United States
Zip Code: 87121
 
Record
SN01602557-W 20080629/080627215550-c87dafa45535e8b107a10b3acb520a3b (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.