Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2009 FBO #2805
MODIFICATION

67 -- Telescopic Camera

Notice Date
7/30/2009
 
Notice Type
Modification/Amendment
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (a-3), Headquarters Support Command, U.S. Coast Guard Headquarters, 2100 Second Street, SW, Room B411, Washington, District of Columbia, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCGG8-09-Q-MMN738
 
Point of Contact
Mary E. Price, Phone: 2023724068
 
E-Mail Address
mary.e.price@uscg.mil
(mary.e.price@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
35 each - Telescopic cameras Must meet the following specifications: Color and infrared picture capability Minimum 300 line resolution monitor Video out jack that can record to a VCR Camcorder or other digital device Must contain water tight and plated electrical connections Must have water proof / shatter proof camera head Must have sealed wire runs that aide against water and chemical incursion Must come with a protective monitor case to protect battery and monitor from water / chemical exposure. Additional accesory needed: 35 each - 43" Pole extension HOW TO RESPOND: In order to compete for this project, interested parties must demonstrate that they are qualified to perform the work by providing a brief (20 pages or less) Technical and Cost Proposal by 12:00 P.M., August 3, 2008. All questions regarding this request for quotes must be submitted in writing via fax or email. Telephone inquiries are strongly discouraged. Technical proposals must include: (1) Specific approach in meeting requirements outlined in the services and compatibility of system/process with existing agency configuration. (2) Past performance history (current or within the last 18 months) on projects similar in scope and nature, with specific references (including project identifier/contract number and description, period of performance, dollar amount, client name and current telephone number). References will be checked to validate the information provided and to determine reliability/dependability. (3) Key personnel (those who would have the primary responsibility for performing and/or managing the project) with relevant qualifications and specific experience. Cost Proposal: Provide Firm Fixed-Price. Offerers must submit an original and one copy of the proposal to Mary Price, USCG Headquarters Support Command, Code A-3, Room B411, 2100 Second St. SW, Washington, DC 20593. Electronic transmissions to Mary.E.Price@uscg.mil are PREFERED, but must be timely. Proposal Evaluation Criteria: (1) Past performance of your organization, including adherence to schedules and budgets, the acceptability of previous products delivered, effectiveness of program management, and the offerer's willingness to cooperate with the customer in both routine matters and when confronted by unexpected difficulties. (2) Technical approach. (3). This will be a Best-Value award determination. Price and Past Performance, and technical data will all be determining factors in this solicitation. The following Federal Acquisition Regulations clauses are incorporated by reference: 52.212-3, Offerer Representations and Certifications-Commercial Items (SEPT 07) 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007). 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Sept 07). 52.222-3, Convict Labor (June 2003). 52.222-26, Equal Opportunity (Aug 2007). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006). 52.222.36, Affirmative Action for Workers with Disabilities (June 1998). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans for the Vietnam Era, and Other Eligible Veterans (Sept 2006). 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). 52.222-41, Service Contract Act of 1965, as Amended (July 2005). 52.222-44, Fair Labor Standards Act and Service Contract Act?XPrice Adjustment (Feb 2002). 52.232-18, Availability of Funds (Apr 1984). Offerors can retrieve these clauses on the INTERNET at www.arnet.gov. Questions about this requirement must be in writing and submitted by fax or e-mail. Telephone inquiries are strongly discouraged. All inquiries must include the solicitation number, your full name, organization name, address, phone and fax numbers, and must be received by 12:00 (noon) ET, Nov 7, 2007. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COA3HSC/HSCGG8-09-Q-MMN738/listing.html)
 
Place of Performance
Address: CG CITAT-TSI (DTI-120), 6500 S. Macarthur Blvd. (RtI-120), Oklahoma City, Oklahoma, 73169, United States
Zip Code: 73169
 
Record
SN01894228-W 20090801/090731001924-90fe2905611138e2fb5bacd6a40201ed (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.