Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2010 FBO #2988
SOLICITATION NOTICE

66 -- Polygraph El Salvador

Notice Date
1/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
U.S. 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
SWHARC10Q0036
 
Archive Date
2/20/2010
 
Point of Contact
Lisa G. Goodwine, Phone: 954-630-1283
 
E-Mail Address
goodwinelc@state.gov
(goodwinelc@state.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared under the authority of FAR 13.5, Test Program for Certain Commercial Items and in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The combined synopsis/solicitation number is SWHARC10Q0036. This acquisition is a total small business set aside. Offers from other than small business concerns will not be considered. The associated North America Industry Classification System (NAICS) Code is 334519. This requirement is for the Narcotics Affairs Section, San Salvador in support of the Government of El Salvador. This requirement is for the procurement and delivery of, brand name or equal: 001. Brand Name Lafayette LX-4000 SW system/kit with related items listed below 5 each. 002. Brand Name Lafayette LX1055 Carry Case with wheels or equal 5 each. 003. Brand Name Lafayette 76878US activity Sensor Pad or equal 5 each. 004. Brand Name Lafayette 76513RK Pneumograph Repair Kit for 76513-1G76513-2 B or equal 5 each.. 005. Brand Name Lafayette 76871 Adjustable Subjects Chair or equal 5 each. 006. Toshiba Laptop computer model LX 0305 and HP printer model LX 1580, 5 each. The required specifications are as follows: USB Win Polygraph. This system/kit includes: Pump bulb with gauge modified 4-24-031, Pneumograph Assm-Gold, Pneumograph Ass-Bronz, Cuff Stand arm Kovacic, Gsr cable w/disposable electrodes ¼” plug, Gsr snap finger electrode (set of two), DAS interface F/C-Poly USB/Serial, Software for C-poly latest version, Carrying case w/wheels up to 17” CDW, US Activity sensor pad, C-Poly software spanish language latest version, Pneumograph repair kit, and Adjustable subject’s chair. Additional requirement: Technical support and maintenance is required to be in Spanish either on line or through a local distributor. Instruction manual or video tutors to set up and operate the equipment are required to be in Spanish and equipment 2 year warranty is required. The quote shall contain adequate information so that the Government can determine whether the proposed products meet or exceed all of the minimum salient characteristics for the Lafayette LX-4000SW, or equal, and in accordance with the the FAR clause 52.211-6, Brand Name or Equal. The Government is not responsible for locating or securing any information, which is not identified in the quote. To ensure sufficient information is available, offerors shall furnish as part of their quote all descriptive material such as cuts, illustrations, drawings, or other information necessary for the Government to determine whether the proposed product meets the performance characteristics and specifications of the requirement. NOTE: TO BE CONSIDERED FOR AWARD, THE OFFEROR SHALL clearly identify the item by brand name, if any; make or model number; descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and provide an offer that provides all the information required by the BRAND NAME OR EQUAL CLAUSE CONTAINED IN THE RFQ as well as the other quote requirements contained in the RFQ. If the offeror proposes to modify an off-the-shelf product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. The Government intends to award a firm, fixed price-type contract to the lowest priced, technically acceptable offeror. Offerors are requested to provide FOB Destination, firm-fixed pricing (FFP) with a delivery schedule no later than thirty (30) days after contract award. The quote shall include destination pricing. The price quoted shall include all direct and indirect costs, overhead, general and administrative expenses, profit, shipping/delivery charges, export requirements, insurance, assembly etc. The price will not be subject to adjustment after award. All items shall be packed for exporting and comply with all relevant requirements of ITAR, including the requirement for obtaining any written export authorization from the U.S. Department of State, Office of Defense Trade Controls (DTC), or otherwise make and document the determination that an ITAR licensing exemption applies, as the case may be. A downloadable copy of the ITAR is accessible at the DTC web site www.pmdtc.org All licensing paperwork must arrive to the freight forwarder one week prior to the items. (if applicable) Delivery will be to U.S. Embassy San Salvador INL.Merida, Blvd. and Colonia Santa Elena, Antiguo Cuscatlan, La Libertad, El Salvador, Centro America. The items being acquired will be donated to the government of the ultimate destination San Salvador, El Salvador. All items should, be export packed. Each box, carton, and package shall be marked as follows: American Embassy NAS Order # SWHARC10(to be specified at time of award) El Salvador, Box # of #. One copy of the packing list and commercial invoice must accompany the shipment, attached to the outside of the “lead” or number one box/carton/package, or individually attached to the outside of each box/carton/package. If you have any problems in complying with these instructions, please contact the Contracting Officer. Please include a copy of the packing list with your original invoice to the Contracting Officer or other office designated in the order that will provide us advance information for Customs clearance purposes. Seller shall pack, mark and ship all goods and supplies in accordance with the requirements of this Order and so as to be in compliance with all applicable transportation regulations and good commercial practice for protection against damage from weather and shipment, including any applicable federal, state and local laws and regulations for the packaging, labeling, transportation and shipping of hazardous materials. Seller shall secure the most advantageous transportation services and rates consistent therewith. No separate or additional charge is payable by Buyer for containers, crating, boxing, handling, storage or any other services unless specifically stated in this Order or otherwise agreed to by Buyer in writing. Seller shall mark each container with the number of this Order and shall enclose a packing slip with this Order number in an envelope attached to each container. Damage resulting from improper packing or shipping will be charged to Seller. PLEASE NOTE: This order is ultimately intended for an overseas destination. If the shipment will involve wood packaging material, then the packing and palletizing must conform to the standards in the International Standards for Phytosanitary Measures Publication No. 15: “Guidelines for Regulating Wood Packaging Material in International Trade” (ISPM 15) and have the appropriate markings indicating that the materials meet this standard. Any deliveries arriving at our indicated domestic delivery address that do not meet these standards will be rejected and must be corrected at the contractor’s expense. If you have any question regarding this requirement, please contact the Contracting Officer. EVALUATION OF QUOTATIONS: Award will be made to the Lowest Priced-Technically Acceptable Offeror who submits a quote that is responsive to the RFQ requirements. Additional Considerations: The Government reserves the right to reject a quotation that is technically unacceptable or unreasonably low or high in price. No source origin waiver exists. The Government will determine acceptability by assessing the offeror's compliance with the terms of the Request for Quotation (RFQ). The Contractor must be able to demonstrate that it has the necessary resources to provide on-time delivery at a high level of quality. Award will be on an “all or none” basis. QUOTATION MUST INCLUDE THE FOLLOWING: PRICE: unit and extended prices, FOB destination pricing. DESCRIPTION: Description/nomenclature of the item being proposed; product specifications must be provided. DUNS AND CCR: DUNS number and statement that the quoter is registered in CCR. CERTIFICATIONS: Completed certifications (FAR 52.212-3) or statement that the certifications are included already at the ORCA web site (https://orca.bpn.gov/). In addition, complete DOSAR 652.228-70. ADDITIONAL INFORMATION AND REQUIREMENTS: In order to receive an award, you must be registered in the Central Contractor Registration database at www.ccr.gov. All responsible sources may submit a quotation which shall be considered by the Department. This solicitation number SWHARC10Q0036 is issued as an RFQ under subparts 12.6 and 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 2005-32. FAR clauses may be accessed at: http://acquisition.gov/far/index.html The following FAR Clauses and Provisions are incorporated by reference. The provision at 52.211-6, Brand Name or Equal applies to this acquisition. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The provision at FAR 52.212-3(Alt.I) applies to this acquisition; an offeror shall complete only paragraph (j) of 52.212-3 if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision and provide it with offers.The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. [Under paragraph b, the following clauses are incorporated:52.203-6 Restrictions on subcontractor sales to the Government with AlternateI; 52.219-6 Notice of total small business set aside; 52.219-8 Utilization of small business concerns; 52.219-19-14 Limitations on subcontracting; 52.219-28 Post award small business program representation; 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; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration]. 52.214-34 Submission of offers in the English language; 52.228-3 Workers Compensation Insurance (Defense Base Act). DOSAR clauses may be accessed at: http://www.Statebuy.state.gov/dosar/dosartoc.htm The following DOSAR clauses and provisions are incorporated by reference. 652.206-70, Competition Advocate/Ombudsman (AUG 1999); 652.225-70 Arab League Boycott of Israel (AUG 1999); 652.225-71, Section 8(a) of the Export Administration Act of 1979, as Amended (AUG 1999); 652.229-70, Excise Tax Exemption Statement for Contractors Within the United States (JUL 1988); 652.242-73, Authorization and Performance (AUG 1999); 652.242-72, Shipping Instructions (DEC 1994); 652.243-70, Notices (AUG 1999); 652.228-70, Defense Base Act – Covered Contractor Employees (JUN 2006)[Fill-in paragraph (b) El Salvador; Workers’ compensation laws exist that will cover local nationals and third country nationals.]; 652.228-71, Worker’s Compensation Insurance (Defense Base Act) – Services (JUN 2006) [Fill-in paragraph (c) $4.00 per $100]; 652.228-74, Defense Base Act Insurance Rates – Limitation (JUN 2006) [Fill-in paragraph (b) Services $4.00 per $100 of employee compensation; Construction $5.50 per $100 of employee compensation]; 652.229-71, Personal Property Disposition at Posts Abroad (AUG 1999) Responses to this RFQ must be signed, dated, and received by 5 Feb 2010, no later than 10:00 AM EST via email to goodwinelc@state.gov. NO TELEPHONE REQUESTS WILL BE HONORED. All questions shall be asked via email, no telephone requests or fax will be accepted. Identify your quotation as a response to solicitation SWHARC10Q0036. Late quotations will be handled in accordance with FAR 52.212-1 Instructions to Offerors-Commerical Items Paragraph (f).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/RPSO/FRC/SWHARC10Q0036/listing.html)
 
Record
SN02051462-W 20100129/100127234536-73854957fdc41699f3734f501ae99d91 (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.