SOLICITATION NOTICE
59 -- Document Examination Equipment
- Notice Date
- 9/14/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 1331 Pennsylvania Ave. Ste 1310, Washington, DC 20229
- ZIP Code
- 20229
- Solicitation Number
- 20060310
- Response Due
- 9/17/2010
- Archive Date
- 3/16/2011
- Point of Contact
- Name: Jagdish Narayan, Title: Contract specialist, Phone: 202 325 4467, Fax:
- E-Mail Address
-
jagdish.narayan@cbp.dhs.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, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 20060310 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 335999 with a small business size standard of 500.00 employees. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-09-17 13:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Herndon, VA 20598 The DHS Customs and Border Protection requires the following items, Brand Name or Equal, to the following: LI 001, IMAGING SYSTEM AND BASIC LIGHT SOURCES - CCD colour/monochrome IR sensitive camera with zoom lens,field of view 133 x 100mm to 8.5 x 6.4mm (equivalent toapproximately x40 5% on a 17" monitor and x43 5% on a 22" monitor + x2digital)- mirror image facility (only if manual control panel is supplied)- on-screen current operating parameter display function, switchable (only if manualcontrol panel is supplied)- incident IR and visible light source, 4 x 12.8W- transmitted IR and visible light source, 4 x 12.8W- twin side light source 2 x 20W independently selectablepositions (for imaging surface features i.e. intaglio print,embossings, indentations)- high intensity transmitted spot light 1 x 20W- UV light source (365nm), incident 2 x 6W (upgraded to2 x 9W if Lighting Modules VSC40/EUV1, 2 or 3 are fitted)- co-axial light source 1W LED(If VSC40/13LED is selected thisis upgraded to 3 x high power LEDs)Dimensions; W 370mm (14.5") x D 380mm (15") x H 360mm (14"), 4, EA; LI 002, SINGLE MANUAL KEYPAD - simple single manual Keypad to control lamps and filters(for manual control without computer), 4, EA; LI 003, DOCUMENT IMAGING & CONTROL SOFTWARELindy part 42886k - complies with Hi-Speed USB 2.0 specifications,2.0m USB cable and S-Video lead 1.5m(Requires a computer system to function), 4, EA; LI 004, IMPORTANT ESSENTIAL COMPUTER REQUIREMENTS:Pentium 4+ Processor with an available Hi-Speed USB 2.0 on the motherboardWindows XP or VISTA with the latest service packMinimum 256 MB RAM but ideally 512MB or moreMinimum 500 MB free hard-disk spaceCD-ROM driveGraphics card should support a resolution of1024 x 768 (higher is recommended), with either 24 or 32 bit true colour., 4, EA; LI 005, STANDARD ACCESSORIES AND SPARE FUSESComprising:VSC400/LIC - Dust cover for VSC40 or VSC400 - 209-158-00 x 1Screen clean - FEC130-588 x 1VSC/PAPERWEIGHT - VSC Paper Weight - 180-063-04 x 2Fan filter material -RS184-5129 x 1 pack of 53.15 Amp Anti-surge fuses - FEC112-3134 x 5, 4, EA; LI 006, SINGLE CAMERA FILTER MODULE- internal camera filter wheel with motorised controlincorporating a colour filter, 400 to 700nm, and a IR longpass filter with threshold at 715nm, 4, EA; LI 007, INCIDENT SHORT WAVE UV LIGHT MODULE- UV-C incident light source (254nm), 2 x 6W lamps (Safetyinterlocked), 4, EA; LI 008, TRANSMITTED LONG WAVE UV LIGHT MODULE (VSC40/EUV3)- UV-A transmitted light source (365nm), 2 x 9W lampsANTI-STOKES ILLUMINATION MODULE (VSC40/AS)- high intensity 740 - 1100nm broadband light sourceDUAL-ANGLE 2 x LED LIGHT MODULE (VSC40/2LED)- dual-angle LED light source for imaging of DOVDs, OVDs,OVIs, holograms and kinegrams, 4, EA; LI 009, CONSUMABLE LAMP KIT Comprising:912 bulb wedge 16mm T5 incident VIS/IR (Quantity x 8)- replacement lamp, Incident IR/VIS and Trans IR/VIS- 912 bulb wedge 16mm T5- part number - FEC113-9456Phillips dichroic 20W flood 35mm transmitted spot and side light (Quantity x 3)- replacement lamp, Transmitted spot lamp and side light- phillips dichroic 20W flood 35mm- part number - 14625Short wave UV-C 6W 8" G5(incident 254 UV (Quantity x 2)- replacement lamp for VSC40 & VSC400, Short wave UV-C (254nm) 6W 8" G5- part number - G6T5Medium wave UV-B (313nm) 6W 8" G5 (Quantity x 2)- replacement lamp for VSC40 & VSC400, medium wave UV-B (313nm) 6W 8" G5- part number - T6MLong wave UV 2 pin bulb - 9W incident 365 UV 9W (Quantity x 4)- replacement lamp for VSC40 & VSC400, Long wave UV (365nm) 2 pin bulb, 9W- part number - PL-S 9W/08/2P, 4, EA; LI 010, EMBEDDED PERSONAL INFORMATION DECODER MODULE 4IPI Decoder- IPI (Invisible Personal Information) module included to enable detection of IPI inpassports andID cards and ability to save settings(This module requires the software module (VSC40/SW) andcomputer system to function. Uses Scrambled IndiciaTechnology supplied under licence from Graphic SecuritySystem Corp (GSSC) of the USA), 4, EA; LI 011, PENTIUM COMPUTER FOR VSC40 INCLUDING 22" MONITOR 4Specification:Computer (Minimum Specification):Intel Core 2 duo OR AMD equivalent1GB DDR2 RAM250 GB HDDDVD RW Drive6 x USB 2.0 portsNetwork interface Integrated Gigabit (10/100/1000) via RJ45 connector256MB Graphics Card supporting screen resolution 1920 x1200Windows 7 Pro (32-bit)105 Key UK with standard numeric keypad.Wired USB Optical Scroll MouseCD write-able discs 640MB (x10)DVD write-able discs 4.7GB (x10)Monitor:- 22" Flat Screen TFT Colour Monitor, 4, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** 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. An Offeror 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 vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors 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. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors 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 offerors require additional clarification, notify the point of contact or 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. Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the Included in another line item function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid Submit a Question feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid being determined to be 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. No partial shipments are permitted unless specifically authorized at the time of award. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. Unless otherwise noted. ORCA Requirement - Company must be registered on Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov/ The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 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 the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). Award Criteria-An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work or listed specs whichever is applicable to the buy. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. For Exact Match Only Commodity Buys- NO SUBSTITUTIONS, EXACT MATCH ONLY. The vendor may not substitute any item/service listed on this order without prior written approval from the DHS/CBP Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturer, quantity, delivery dates, or any other specifications of this RFQ. Items/services that do not conform to descriptions and part numbers found in this RFQ will be rejected at the time of delivery causing a return at the vendor's expense. For Exact Match Services Buys Only- In order for a sellers bid to be 'responsive' and considered for award, the seller is REQUIRED to document exactly how they intend to meet the requirements of the SOW. They shall document statement detailing the service for evaluation. Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. For all buys other than Exact Match Sellers MUST document what they are bidding for evaluation for award. Sellers must include, extended specs and/or manufacturer name and part numbers (if applicable). Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. FAR 52.211-6.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/20060310/listing.html)
- Place of Performance
- Address: Herndon, VA 20598
- Zip Code: 20598
- Zip Code: 20598
- Record
- SN02281102-W 20100916/100914235839-783a060ac89e869414262f778dc9324b (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 |