MODIFICATION
66 -- Multi-Spectral Comparator
- Notice Date
- 8/31/2012
- Notice Type
- Modification/Amendment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223, United States
- ZIP Code
- 20223
- Solicitation Number
- HSSS01-12-Q-0176
- Point of Contact
- Kimberly S. Spangler, Phone: 2024066820
- E-Mail Address
-
kimberly.spangler@usss.dhs.gov
(kimberly.spangler@usss.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is HSSS01-12-Q-0176, a request for quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-60. This requirement is 100% set-aside for small business concerns. The North American Industry Classification System (NAICS) is 334516 with a small business size standard of 500 employees. The Government intends to issue a single award competitive firm-fixed-price commercial purchase order for the U.S. Secret Service. This requirement is for a Multi-Spectral Comparator utilized to examine counterfeit and genuine monetary and identity documents to establish authenticity, track viewing stages for ASCLAD-LAB conformance, and produce demonstrative illustrations for trial testimony. The cases submitted to the USSS Forensic Services Division, Questioned Document Branch sometime include evidence that can display characteristics not viewable by the un-aided eye. Evidence associated with monetary and identity documents is examined for spurious substitution of printed and hand-generated material, additions, substitutions and obliterations. The evidence generated by the Multi-Spectral Comparator is also utilized in demonstrative exhibits presented at subsequent judicial proceedings. The evidence uncovered by the Multi-Spectral Comparator also assists in generating leads in an unknown subject case. These instruments must be maintained properly in order to meet the requirements of laboratory accreditation. Forensic Document Examiners utilize multi spectral energy, light sources, filters and data-capture technology to examine evidence involved in daily case work. This requirement is for the replacement of the VSC 5000/HR. The Multi-Spectral Comparator must have the capacity (LED and/or multi-angled lighting) in order to illuminate/activate optical, variable devices (OVD) and foil security features. The Multi-Spectral Comparator must: --Provide multi-energy spectral analysis (UV activated luminescent viewing with short, medium and long wave UV). --Provide multi-angled excitation of optical variable devices and foil. --Provide transmitted light viewing; and --Capture information on all steps performed. The USSS requires delivery and setup for the Multi-Spectral Comparator within 60 days of award. The Multi-Spectral Comparator will need to be delivered to the loading dock for off-loading and inside delivery. The delivery/setup persons will need to satisfy the required USSS security background checks for access to the loading dock and building. Delivery location is Washington, DC 20223. The USSS requires a minimum of one year manufacturer's warranty for parts and labor. The USSS requires a minimum of 8 hours of training to be initiated upon receipt. Potential offerors are hereby notified that the solicitation and subsequent amendments to the solicitation will only be available by downloading the documents at the Federal Business Opportunities Website at http://www.fbo.gov. This office will not issue hard copy solicitations. By submitting a quote, the vendor will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. This Solicitation is comprised of: I. FORMAT AND SUBMISSION OF QUOTE II. EVALUATION FACTORS III. PROVISIONS AND CLAUSES IV. ADDITIONAL INFORMATION FOR OFFERORS ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ I. FORMAT AND SUBMISSION OF QUOTE The deadline for receipt of quotes is September 12, 2012 by 12:00 pm EST. All documents required for submission of quote listed in this section must be in PDF or MS Word format and sent to Kimberly Spangler via email to Kimberly.Spangler@usss.dhs.gov. Hard copy or faxed proposals shall not be accepted. Questions will be received by email to the same address no later than September 5, 2012 by 4:00 pm EST. Responses will be posted under this announcement on or about September 6, 2012. Part A. Pricing. The Offeror may submit its price quote in format customary to its normal business practices; however, the quotation must provide the following information: 1) Total price for quantity of one each Multi-Spectral Comparator meeting requirements as stated in this solicitation to include warranty, training, and delivery/setup. If optional enhancements/features are offered they must be separately priced. 2) Manufacture name and part/product number. 3) Place of Manufacture Part B. Delivery Schedule. The quotation must clearly indicate the estimated delivery date. Part C. Technical Specifications. The Offeror must submit technical specifications for its offered product which, at a minimum, demonstrate that the technical requirements as stated by the Government are met. Any relevant documentation, such as product literature and warranties should also be submitted to support an evaluation of the offered product. Part D. Contractor Information: 1) Provide the name, title, telephone number, fax number, and email address of the point of contact. 2) Provide the contractor's nine-digit DUNS. This is used to verify that the vendor is in CCR. By submitting a quote, the Offeror acknowledges the Government requirement to be in the Central Contractor Registration (CCR) database prior to award of any contract. Information about CCR may be found at www.ccr.gov. 3) Provide contractor's nine-digit TIN. The Taxpayer Identification Number is necessary for electronic payment. 4) If you have not completed the annual representations and certifications electronically through SAM at https://www.sam.gov/portal/public/SAM/, then you must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. Part E. Past Performance. The Offeror shall provide a minimum of three references from clients making similar purchase. The references shall include: 1) Contact Name 2) Contact information (phone & email address) 3) Contract or order number 4) Description of product procured 5) Required delivery date & actual delivery date ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ II. EVALUATION FACTORS The Government intends to award a firm fixed price purchase order to the responsible offeror whose quote conforming to the Solicitation, will represent the best value to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical compliance to the specifications, delivery schedule, past performance and price. Non-price factors and price are approximately of equal importance. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ III. PROVISIONS AND CLAUSES FAR contract clauses may be accessed electronically at this address: Federal Acquisition Regulation (FAR): www.acquisition.gov/far FAR 52.212-1 Instructions to Offerors-Commercial FAR 52.212-2 Evaluation of Commercial Items; All non-price factors when combined, are approximately equal to price FAR 52.212-3 Offeror Representations and Certifications- Commercial Items 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. The following clauses are applicable: FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-14 Limitations on Subcontracting, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies, FAR 222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.232-33 Payment by Electronic Funds Transfer - Other than Central Contractor Registration FAR 52.252-2 Clauses Incorporated by Reference HSAR contract clauses may be accessed electronically at this address: Homeland Security Acquisition Regulation (HSAR): http://www.dhs.gov/xopnbiz/regulations/ HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates. USSS 3052.204-90 Unauthorized Use of the U.S. Secret Service Name ~~~~~~~~~~~~~~~~~~~~~~~~~~~~ IV. ADDITIONAL INFORMATION FOR OFFERORS Since this is a competitive requirement, please do not telephone with questions but email them. Email is the preferred method of communication; if you do not receive a confirmation response then your question was not received. Inquiries shall be emailed to Kim Spangler at Kimberly.Spangler@usss.dhs.gov. Communications with other officials may compromise the competitiveness of this acquisition and result in cancellation of the requirement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/HSSS01-12-Q-0176/listing.html)
- Record
- SN02865267-W 20120902/120901000829-1497b77eb61b489146ffe7910c4d4f59 (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 |