Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2008 FBO #2439
SOLICITATION NOTICE

63 -- Body Inspection Equipment - Colombia

Notice Date
7/29/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Department of State, Regional Procurement Support Office - Fort Lauderdale, Florida Regional Center, 4000 N. Andrews Ave., Fort Lauderdale, Florida, 33309
 
ZIP Code
33309
 
Solicitation Number
S-WHARC-08-Q-0060
 
Archive Date
9/30/2008
 
Point of Contact
Robert E. Lloyd, Phone: 954-630-1146
 
E-Mail Address
lloydre@state.gov
 
Small Business Set-Aside
N/A
 
Description
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; quotations are being requested by this notice alone, and a written solicitation will not be issued. This synopsis/ solicitation is issued as a Request for Quotations for X-ray inspection machines capable of inspecting human body cavities to be used by the Government of Colombia pursuant to an agreement with the U.S. Department of State. The NAICS code is 334517 and the small business size standard is 500 employees. The FAR is available on the Internet at www.acquisition.gov. GENERAL REQUIREMENT: The U.S. Department of State, Narcotics Affairs Section (NAS) of the U.S. Embassy in Bogota, Colombia has a requirement for the purchase of seven (7) each, X-ray body inspection machines, brand name or equal Smiths Heimann BodyScan (Dual View) B-Scan 16HR-DV, to be donated to the host government for NAS program purposes for use at inspection points such as airports. The following are the "or equal" specifications which all quoters must meet or surpass. X-ray equipment for scanning the human body that can detect various objects, including drugs, guns, knives, explosives, electronic devices, metals, and diamonds, which are hidden under clothing or inside the human body. Equipment that can only inspect outside the human body and cannot detect items smuggled in body cavities will not be considered. Dosage must be at safe levels; quotation must describe dosage and safety features. Images must be high resolution in a wide range of greyscale. Monitor for viewing images must be at least 19 inches (diagonal measurement). Must produce high resolution image, including zoom. Voltage: same as U.S. (120VAC) Construction shall be durable, rust-resistant finish able to work in a wide range of temperatures and humidity levels. Sound level shall not exceed 75db. Hardware (PC): computer sufficient to run the equipment in a timely and effective manner, including UPS, NIC card, and modem; quotation must describe equipment speed, RAM, graphics, etc. Software: operating system, scanner software. Other Requirements: Manuals: User's guide in English and Spanish. Services: Configuration and Installation of equipment on site at the designated locations in Colombia (see below); Training for users on-site following installation (quotation shall describe length of class); and Full (3-year) warranty covering local service including parts and labor. Testing/acceptance reports: The contractor must provide a Factory Acceptance Test Report demonstrating that the system was tested and deemed operational prior to shipment; a Local Site Acceptance Test demonstrating that the system was tested prior to deployment/operation and deemed operational; and an Operational Acceptance Report demonstrating that the system is operationally capable of meeting the NAS mission goals. Failure of any of these requirements will place the order on hold and require direct factory intervention to perform necessary corrective actions and re-certify the unit. The system will not be considered as accepted for payment unless it is able to perform operationally for 30 consecutive days without any corrective action required. The quoter must be able to demonstrate that the required support services can be provided on-site in Colombia, including the ability to provide warranty service on a timely basis. Equipment must be new. The resulting contract type shall be firm-fixed price, including all direct costs, indirect costs, profit, taxes (including IVA), and any other charges. The above price is FOB destination, to the following locations: One for Bogota (International Airport); One for Rionegro (Medellin) International Airport; One for Palmira (Cali) International Airport; One for Pereira International Airport; One for Soledad (Barranquilla) International Airport; and Two for Cartagena: one at the International Airport and one at the Sociedad Portuaria Regional de Cartagena Maritime Terminal. Delivery should be in the following order: Bogota; Rionegro-Medellin; Palmira-Cali; Cartagena (both units); Pereira, and Barranquilla. The above price includes all shipping and other costs for delivery to these locations in Colombia. REQUIRED DELIVERY DATE: Within 120 days from date of award for the first location; after that, 30 days for each of the six remaining locations in sequence, for a total of 180 days following the first location (300 days total). EVALUATION OF QUOTATIONS: The primary technical considerations for award of a purchase order will be compliance with the mandatory technical features listed above and the required delivery time. The Government intends to award to the lowest priced technically acceptable quoter. Lowest price will be the aggregate sum of the item prices to include delivery to Colombia. Award will be on an “all or none” basis. QUOTATION MUST INCLUDE THE FOLLOWING: 1) PRICE: Unit price and extended price, inclusive of delivery charges. 2) DESCRIPTION: Description of equipment being proposed and how it meets or surpasses the requirements stated above; product literature may be provided. 3) REFERENCES: Names and points of contacts of other Government or commercial customers for whom the quoter has performed this or similar work for in the past two (2) years. Quoter must have an acceptable record of past performance. 4) DUNS AND CCR: DUNS number and statement that the quoter has registered in CCR. 5) CERTIFICATIONS: Completed certifications (FAR 52.212-3) or statement that the certifications are included already at the ORCA web site (https://orca.bpn.gov/); see below. In order to receive an award, you must be registered in the Central Contractor Registration database at www.ccr.gov, unless an exception applies. All responsible sources may submit a quotation which shall be considered by the Department. This solicitation number S-WHARC-08-Q-0060 is issued as an RFQ under Subpart 13.5 of the Federal Acquisition Regulation (FAR). This is a solicitation document incorporating FAR clauses and provisions that are in effect through Federal Acquisition Circular 2005-26. The provision at FAR 52.212-3, Offeror Representations and Certifications (JUN 2008) applies to this acquisition. A completed, signed copy of this provision shall be submitted with any quotation, or a statement that the required certifications have been completed on the ORCA web site. The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Items (FEB 2007) applies to this acquisition. The clause at FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (dated JUN 2008) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan; 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, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-50, Combating Trafficking in Persons; 52.225-5, Trade Agreements (Nov 2006); 52.225-13, Restrictions on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (or, if an exception applies, 52.232-343, Payment by Electronic Funds Transfer - Other Than Central Contractor Registration). In addition, FAR 52.211-6, Brand Name or Equal; FAR 52.214-34, Submission of Offers in the English Language; 52.214-35, Submission of Offers in U.S. Currency; and 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. App. 1241), are applicable to this acquisition. The clauses at DOSAR 652.206-70, Competition Advocate/Ombudsman (AUG 1999); 652.225-71 Section 8(a) of the Export Administration Act of 1979, As Amended (AUG 1999); and 652.242-72, Shipping Instructions (DEC 1994) are applicable to this acquisition. The following DOSAR provision is applicable to this acquisition: 652.225-70 Arab League Boycott of Israel (AUG 1999). QUOTATIONS ARE DUE by 3:00 p.m., on August 7, 2008, local (Fort Lauderdale, Florida, U.S.) time, via e-mail (preferred), fax, or mail. Identify your quotation as a response to solicitation number S-WHARC-08-Q-0060. Send to Robert Lloyd, Contracting Officer, U.S. Department of State, RPSO Florida, 4000 N. Andrews Ave., Ft. Lauderdale, FL 33309; fax to 954-630-1165; or e-mail (preferred) to: lloydre@state.gov. CAUTION: Complete quotations must be received at the location stated above by the required due date and time. Late quotations will be handled in accordance with FAR 52.212-1, Instructions to Offerors-Commercial Items (JUN 2008), paragraph (f).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ef8252d91145269630974b9348dbc940&tab=core&_cview=1)
 
Place of Performance
Address: Delivery to Colombia, Colombia
 
Record
SN01626303-W 20080731/080729230659-ef8252d91145269630974b9348dbc940 (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.