Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2008 FBO #2461
SOLICITATION NOTICE

58 -- Night Vision Goggle Monoculars

Notice Date
8/20/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate, 1300 Pennsylvania Ave, NW, Washington, DC 20229
 
ZIP Code
20229
 
Solicitation Number
HSBP1008Q1948
 
Response Due
8/26/2008
 
Archive Date
2/22/2009
 
Point of Contact
Name: Robert Namejko, Title: Contract Specialist, Phone: 2023443319, Fax: 2023443322
 
E-Mail Address
robert.namejko@cbp.dhs.gov;
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE: Bids are being solicited under solicitation number HSBP1008Q1948. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 75948_04. GSA Schedule Bids Preferred, But Not Required: Sellers may either provide a GSA Schedule or an Open Market bid. If bidding with a GSA Schedule, the requested items must be on that Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-08-26 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be St. Augustine, FL 32095 The DHS-Customs and Border Protection requires the following items, Meet or Exceed, to the following: LI 001, NVG Monoculars - Test Units: As prescribed in the Deliverables Section of the attached Statement of Work on www.fedbid.com. In order to be considered vendors shall bid meet or exceed to specifications on SOW and shall document Manufacturer name, number and extended specs for evaluation by the end date and time of this solicitation., 3, EA; LI 002, NVG Monoculars - Full Production Units: As prescribed in the Deliverables Section of the attached Statement of Work on www.fedbid.com. In order to be considered vendors shall bid meet or exceed to specifications on SOW and shall document Manufacturer name, number and extended specs for evaluation by the end date and time of this solicitation., 140, EA; For this solicitation, DHS-Customs and Border Protection intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS-Customs and Border Protection is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions or comments New equipment ONLY, NO remanufactured products Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) Customs and Border Protection requires registration with the Central Contractor Registry (CCR) or to receipt of order. Information can be found at www.ccr.gov Award Evaluation Criteria: Best Value to the government based on the offeror's ability to meet or exceed the specifications delineated in the attached Statement of Work and the ability to deliver the products in a timely manner. The Buy american Act provisions of the Federal Acquisition regulations apply to this reverse auction. The government reserves the right to reject any offers that do not conform to the requirements of the Statement of Work with regard to the specifications and ancillary clauses. FAR CLAUSES: The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Added an updated SOW, please view the SOW for further details (located on www.fedbid.com) It will be the bidders responsibility to factually validate and verify that the proposed system meets or exceeds the Night Enforcer PVS-14-17, with Pinnacle F9815SLG image intensifier tube. A simple comment that the system meets or exceeds the specifications without a detailed explanation will be deemed to be non-responsive. A complete specification sheet will be required prior to award. The government reserves the right to reject any bids found tio be in non-compliance with this requirement. * The manufacturer is to warrant that all systems parts will meet the specifications and be free of defects for a period of no less than three (3) years. Failed units must be replaced by new units. Reconditioned units will not be accepted.* The manufacturer is to warrant that the intensifier tube will meet the specifications and be free of defects for a period of no less than five (5) years. Failed units must be replaced by new units. Reconditioned units will not be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f75ac7a98a9f47360a0a937a18a92216&tab=core&_cview=1)
 
Place of Performance
Address: St. Augustine, FL 32095<br />
Zip Code: 32095<br />
 
Record
SN01645768-W 20080822/080820221347-874de91d022884c0ad109003498f2728 (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.