Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2014 FBO #4662
MODIFICATION

52 -- Mobile Mapping System (LiDAR)

Notice Date
8/28/2014
 
Notice Type
Modification/Amendment
 
NAICS
334519 — Other Measuring and Controlling Device 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
HSSS01-14-R-0090
 
Archive Date
9/20/2014
 
Point of Contact
Linda D. McAdams, Phone: 2024066788
 
E-Mail Address
linda.mcadams@usss.dhs.gov
(linda.mcadams@usss.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
DELIVERY SHALL BE MADE 6-8 WEEKS AFTER AWARD. PLEASE DISREGARD THE DATE ON THE SOLICITATION. 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 HSSS01-14-R-0090. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-53. This requirement is 100% set-aside for small business concerns. The North American Industry Classification System (NAICS) is 334519 with a small business size standard of 500 employees. The Government intends to award a competitive commercial contract for the US Secret Service. This requirement is for a high speed a mobile laser scanner (LIDAR) and accessories. This instrument will provide high speed, non-contact data acquisition using a narrow infrared laser beam and a fast scanning mechanism. A fully integrated Mobile LIDAR mapping system provides 360 degree coverage while moving at a constant speed. Mobile LIDAR systems can be easily stored and transported and can be used on multiple vehicles without having to make any permanent modifications to the vehicle for Investigative and Protective applications. The specific requirements are detailed in the attachment, Requirements. ** The highest rated offeror(s) will be notified and shall be required to provide an on-site product demonstration of the proposed product. The demonstration shall take place at the USSS location in Washington DC with a tentative date of September 8-12, 2014. The purpose of this demonstration is to confirm the capabilities of the proposed system. Any and all costs associated with travel and housing will be the responsibility of the offeror(s). 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 proposal, 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. CONTRACT LINE ITEM NUMBER(S) AND ITEMS, QUANTITIES, AND UNITS OF MEASURE II. DESCRIPTION OF REQUIREMENTS III. PLACE OF PERFORMANCE IV. INVOICE INSTRUCTIONS V. TERMS AND CONDITIONS VI. INSTRUCTIONS TO OFFERORS AND EVALUATION ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ I. REQUIREMENT DESCRIPTION See attached Mobile LIDAR Requirements. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ II. FORMAT AND SUBMISSION OF QUOTE Part A. Pricing & Availability - the offeror shall provide a breakout of any individual elements such as scanner, maintenance/warranty plan, training, shipping charges, etc. Pricing shall also include total pricing for the LIDAR as described. Availability shall be provided in terms of # of days after receipt of order. Specify whether delivery is FOB Origin (city, state) or Destination. Part B. 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 and nine-digit TIN. DUNS is used to verify that the vendor is in SAM. The Taxpayer Identification Number is necessary for electronic payment. By submitting a proposal, the Offeror acknowledges the Government requirement to be in the System Award Management (SAM) database prior to award of any contract. Information about SAM may be found at www.sam.gov. 3) Contractors who have not completed the annual representations and certifications electronically through ORCA at http://orca.bpn.gov, must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. •· Part C. Technical Response The page limit is 75 pages. Do not include Part A Pricing & Availability or Part B Contractor Information in Part C Technical Response. Technical Responses shall include, but are not limited to: Detailed description of how your product meets each of the requirements listed in the attached document, LIDAR requirements. •· Detailed description of any innovative or specialized features exceeding the requirements that benefits the USSS. •· Provide product country of origin. •· Relevant past performance information which includes references from 3 clients (preferably government). Include: Company name, contact name, title, email, phone number, contract #, contract amount, period of performance, description of product/service. Also include the number, type and severity of any quality, delivery or cost problems in performing the contract, the corrective action taken and the effectiveness of the correct action The deadline for questions is 10:00 am EST, Friday, August 29, 2014. The deadline for receipt of proposals is 7:00 am, EST, Friday, September 5, 2014. All documents required for submission of quote must be sent to Linda McAdams via email to Linda.McAdams@usss.dhs.gov. Hard copy or faxed proposals shall not be accepted. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ III. EVALUATION FACTORS The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Technical capability and past performance, when combined are more important than when compared to cost/price. The Government intends to evaluate the proposal on the following factors: 1) technical capability; 2) past performance; and 3) price. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ IV. PROVISIONS AND CLAUSES FAR contract clauses may be accessed electronically at this address: Federal Acquisition Regulation (FAR): www.acquisition.gov/far FAR 52.204-7 Central Contractor Registration FAR 52.212-1 Instructions to Offerors-Commercial FAR 52.212-2 Evaluation of Commercial Items 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, 52.225-13 Restrictions on Certain Foreign Purchases, 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/ 3052.242-72 Contracting Officer's Representative 3052.209-70 Prohibition on Contracts with Corporate Expatriates 3052-209-79 Representation by Corporations Regarding a Felony Criminal Violation under any Federal or State Law or Unpaid Federal Tax Liability 3052.204-90 Unauthorized Use of the U.S. Secret Service Name ~~~~~~~~~~~~~~~~~~~~~~~~~~~~ I. 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 Linda McAdams at Linda.McAdams@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/HSSS01-14-R-0090/listing.html)
 
Place of Performance
Address: 245 Murray Lane, Building T-5, Washington, District of Columbia, 20223, United States
Zip Code: 20223
 
Record
SN03488642-W 20140830/140829023715-0dca63bbc6b92423efaa2b87a9f1ffe2 (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.