SOLICITATION NOTICE
66 -- Hazmat ID Command System
- Notice Date
- 9/8/2008
- Notice Type
- Presolicitation
- Contracting Office
- Department of State, FedBid.com -- for Department of State procurements only., FedBid.com, 1701 N. Ft. Meyer Drive, ARLINGTON, VA 22209
- ZIP Code
- 22209
- Solicitation Number
- 2050-830025
- Response Due
- 9/11/2008
- Archive Date
- 3/10/2009
- Point of Contact
- Name: Terence Lord, Title: Contract Specialist, Phone: 703-875-4801, Fax: 1111111111
- E-Mail Address
-
lordtg@state.gov;
- Small Business Set-Aside
- N/A
- Description
- Bids are being solicited under solicitation number 2050-830025. 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. 88236. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA 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 2008-09-11 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be WASHINGTON, DC 20037 The Department of State requires the following items, Brand Name or Equal, to the following: LI 001, Smiths Detection P/N: 023-1005 HazmatID Command System. The HazmatID is a Ruggedized, field portable chemical identification equipment customized for the First Responder. [[[Specifications: Smiths DetectionP/N: 023-1005HazmatID Command System. The HazMatID is aRuggedized, field-portable chemical identification equipmentcustomized for the First Responder. The HazMatID requiresonly a single drop of liquid or a grain of powder for analysis.Results are provided in at least 20 seconds. HazMat datacollection includes QualID software for advanced datamanipulation, HazMatID software for control of the system,and an embedded computer system that features a touchscreen interface. POWER: 12VDC OR 115/240 VAC 50/60HZ. HAZMATID Command System package features:Pelican hardened shipping case, Sealed data compartmentincluding USB port, Ethernet port, keyboard/mouse port andpower connections. Two rechargeable batteries for up tofour hours field use, USB Storage device with 64MB storagecapacity, Keyboard and mouse, Over 4,000 ATR spectraincluded: 000-0012 NERVE AGENTS, 000-0013 ToxicIndustrial Chemicals, 000-0002 Common Chemicals,000-0015 Explosives, 000-0016 Forensic Drugs, 000-0017Common white powders, 000-0018 Drug Precursors,000-0069 Pesticide Active Ingredients Library. Three yearPartnership program that features Smiths Detection libraryupgrades, Software Upgrades, All parts and labor for repairsor upgraded, Free loaner system delivered overnight ifsystem must return to factory, Refresher training course for one person per year, Access to Smiths Detectionsproprietary website for on-line chat room and data sharing,Reachback: 24/7 access to Ph.D. Chemists, engineers, andapplication scientists for spectral interpretation assistanceand/or technical support. Training at customer facility for upto 16 people within Continental United States (Overseestraining available at an additional charge), Laptop includingall the software and hardware to operate the HazMatIDsystem wirelessly and USB CD-ROM for data archival andsoftware/library upgrade installation.]]], 1, EA; For this solicitation, Department of State 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. Department of State 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. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government. DOS A/LM/AQM Memorandum dated 04/23/08: GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101. In order to notate which items are open market, in accordance with FAR 8.402(f)(3), Seller must write "open market" in the Line Item Description for any item not currently active on the cited contract, or list in the Seller Bid Description field all open market line numbers (e.g. "Open Market Items: Lines 1, 2, 3.") The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4d0b24b3289527c3400da46115845db1&tab=core&_cview=1)
- Place of Performance
- Address: WASHINGTON, DC 20037<br />
- Zip Code: 20037<br />
- Zip Code: 20037<br />
- Record
- SN01663235-W 20080910/080908221603-4d0b24b3289527c3400da46115845db1 (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 |