Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 26, 2018 FBO #6120
MODIFICATION

58 -- OPTION - CBP USBP - VORTEX Compatible Unattended Ground Sensors and Parts

Notice Date
8/24/2018
 
Notice Type
Modification/Amendment
 
Contracting Office
4760 N. Oracle Road, Tucson, AZ 85705
 
ZIP Code
85705
 
Solicitation Number
20105933
 
Response Due
8/31/2018
 
Archive Date
2/27/2019
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 20105933 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 2005-100. The associated North American Industrial Classification System (NAICS) code for this procurement is 334511 with a small business size standard of 750.00 employees. This requirement is a [ Small Business ] set-aside 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 2018-08-31 12:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Statement of Work. The DHS Customs and Border Protection (CBP) requires the following items, Brand Name or Equal, to the following: Base Period of Performance: 09/25/2018 - 09/24/2019 LI 001: Micro-Tremor Fence Sensor - See SOW for full details., 100, EA; LI 002: Wireless Bridge Kit - See SOW for full details., 50, EA; LI 003: Heavy Duty Steel Security Housing for Fence Sensor - See SOW for full details., 200, EA; LI 004: Standard Duty Steel Security Housing for Fence Sensor - See SOW for full details., 200, EA; LI 005: Fence Sensor to GS Sensor Cable, 2' - See SOW for full details., 250, EA; LI 006: Fence Sensor to GS Sensor Cable, 10' - See SOW for full details., 250, EA; LI 007: Fence Sensor to GS Sensor Cable, 20' - See SOW for full details., 75, EA; LI 008: Wireless Bridge to GS Sensor Cable, 2' - See SOW for full details., 30, EA; LI 009: Micro-Tremor Fence Sensor to GS Sensor Cable, 16" - See SOW for full details., 30, EA; LI 010: PIR Cable for GS Sensor, 25' - See SOW for full details., 150, EA; LI 011: Seismic Only Sensor - See SOW for full details., 400, EA; LI 012: PIR Only Sensor - See SOW for full details., 250, EA; LI 013: Multi-port, Seismic, Magnetic Ground Sensor - See SOW for full details., 1500, EA; LI 014: Fixed Repeater, 5W - See SOW for full details., 70, EA; LI 015: Fixed Repeater, 50W - See SOW for full details., 70, EA; LI 016: Tactical Repeater - See SOW for full details., 70, EA; LI 017: Rack Mount Integrated Receiver/Decoder/w/power supply - See SOW for full details., 93, EA; LI 018: Handheld Sensor Programmer - See SOW for full details., 80, EA; LI 019: Power Supply for Handheld Sensor Programmer/Receiver - See SOW for full details., 30, EA; LI 020: Vortex Program Cable - See SOW for full details., 30, EA; LI 021: Mobile Monitor - See SOW for full details., 10, EA; LI 022: Short Range PIR - See SOW for full details., 230, EA; LI 023: Long Range PIR - See SOW for full details., 110, EA; LI 024: Seismic Sensor Probe with geophone, no pigtail - See SOW for full details., 765, EA; LI 025: Seismic Sensor Probe with geophone, with pigtail - See SOW for full details., 600, EA; LI 026: Directional Extension Cable, 20' - See SOW for full details., 100, EA; LI 027: GS Sensor Programming Kit for PC - See SOW for full details., 70, EA; LI 028: On/Off Switch for GS Sensor - See SOW for full details., 60, EA; LI 029: Solar Kit for Tactical Repeater - See SOW for full details., 120, EA; LI 030: Contact Closure Cable, 20' - See SOW for full details., 50, EA; LI 031: GS Sensor Junction Box - See SOW for full details., 230, EA; LI 032: Vortex Interface Cable - See SOW for full details., 30, EA; LI 033: Magnetic Sensor Probe - See SOW for full details., 250, EA; LI 034: Uninterruptable Power Supply for Base Station Receiver - See SOW for full details., 60, EA; LI 035: Battery Charger for Handheld Sensor Programmer - See SOW for full details., 10, EA; LI 036: Ground Plane Antenna w/TNC Connector and VHF Whip - See SOW for full details., 3500, EA; LI 037: Extension Antenna Cable, TNC Male TO TNC Female 6' - See SOW for full details., 2500, EA; LI 038: BNC Whip Antenna - See SOW for full details., 2000, EA; LI 039: O-Ring for GS Sensors - See SOW for full details., 500, EA; LI 040: O-Ring for LCT Enclosure - See SOW for full details., 1000, EA; LI 041: Desiccant for GS Sensor - See SOW for full details., 2000, EA; LI 042: Desiccant for LCT Enclosure - See SOW for full details., 2000, EA; LI 043: Battery Harness Kit for LCT - See SOW for full details., 400, EA; LI 044: Magnetic Mount Antenna with BCN Connector - See SOW for full details., 50, EA; LI 045: Ground Plane Antenna with TNC male connector - See SOW for full details., 100, EA; LI 046: BNC to BNC Connector - See SOW for full details., 500, EA; LI 047: SMA to TNC Bulkhead Connector - See SOW for full details., 350, EA; LI 048: GS External Battery Pack - See SOW for full details., 30, EA; Option 1 Period of Performance: 09/25/2019 - 09/24/2020 LI 001: Micro-Tremor Fence Sensor - See SOW for full details., 100, EA; LI 002: Wireless Bridge Kit - See SOW for full details., 100, EA; LI 003: Heavy Duty Steel Security Housing for Fence Sensor - See SOW for full details., 75, EA; LI 004: Standard Duty Steel Security Housing for Fence Sensor - See SOW for full details., 25, EA; LI 005: Fence Sensor to GS Sensor Cable, 2' - See SOW for full details., 100, EA; LI 006: Fence Sensor to GS Sensor Cable, 10' - See SOW for full details., 40, EA; LI 007: Fence Sensor to GS Sensor Cable, 20' - See SOW for full details., 15, EA; LI 008: Wireless Bridge to GS Sensor Cable, 2' - See SOW for full details., 100, EA; LI 009: Micro-Tremor Fence Sensor to GS Sensor Cable, 16" - See SOW for full details., 15, EA; LI 010: PIR Cable for GS Sensor, 25' - See SOW for full details., 150, EA; LI 011: Seismic Only Sensor - See SOW for full details., 75, EA; LI 012: PIR Only Sensor - See SOW for full details., 75, EA; LI 013: Multi-port, Seismic, Magnetic Ground Sensor - See SOW for full details., 50, EA; LI 014: Fixed Repeater, 5W - See SOW for full details., 20, EA; LI 015: Fixed Repeater, 50W - See SOW for full details., 20, EA; LI 016: Tactical Repeater - See SOW for full details., 20, EA; LI 017: Rack Mount Base Station - See SOW for full details., 30, EA; LI 018: Handheld Sensor Programmer - See SOW for full details., 40, EA; LI 019: Mobile Monitor - See SOW for full details., 10, EA; LI 020: Short Range PIR - See SOW for full details., 150, EA; LI 021: Long Range PIR - See SOW for full details., 100, EA; LI 022: Seismic Sensor Probe with geophone, no pigtail - See SOW for full details., 500, EA; LI 023: Seismic Sensor Probe with geophone, with pigtail - See SOW for full details., 600, EA; LI 024: Directional Extension Cable, 20' - See SOW for full details., 100, EA; LI 025: GS Sensor Programming Kit for PC - See SOW for full details., 60, EA; LI 026: On/Off Switch for GS Sensor - See SOW for full details., 24, EA; LI 027: Solar Kit for Tactical Repeater - See SOW for full details., 60, EA; LI 028: Contact Closure Cable, 20' - See SOW for full details., 50, EA; LI 029: GS Sensor Junction Box - See SOW for full details., 100, EA; LI 030: Magnetic Sensor Probe - See SOW for full details., 250, EA; LI 031: Uninterruptable Power Supply for Base Station Receiver - See SOW for full details., 30, EA; LI 032: Battery Charger for Handheld Sensor Programmer - See SOW for full details., 10, EA; LI 033: Ground Plane Antenna w/TNC Connector and VHF Whip - See SOW for full details., 1500, EA; LI 034: Extension Antenna Cable, TNC Male TO TNC Female 6' - See SOW for full details., 1500, EA; LI 035: BNC Whip Antenna - See SOW for full details., 1500, EA; LI 036: O-Ring for GS Sensors - See SOW for full details., 400, EA; LI 037: O-Ring for LCT Enclosure - See SOW for full details., 600, EA; LI 038: Desiccant for GS Sensor - See SOW for full details., 1000, EA; LI 039: Desiccant for LCT Enclosure - See SOW for full details., 1000, EA; LI 040: Battery Harness Kit for LCT - See SOW for full details., 400, EA; LI 041: Magnetic Mount Antenna with BCN Connector - See SOW for full details., 50, EA; LI 042: Ground Plane Antenna with TNC male connector - See SOW for full details., 100, EA; LI 043: BNC to BNC feed thru connector (LCT-75) (GS 92-3140) - See SOW for full details., 250, EA; LI 044: SMA to TNC Bulkhead Connector - See SOW for full details., 250, EA; Option 2 Period of Performance: 09/25/2020 - 09/24/2021 LI 001: Micro-Tremor Fence Sensor - See SOW for full details., 100, EA; LI 002: Wireless Bridge Kit - See SOW for full details., 50, EA; LI 003: Heavy Duty Steel Security Housing for Fence Sensor - See SOW for full details., 125, EA; LI 004: Standard Duty Steel Security Housing for Fence Sensor - See SOW for full details., 125, EA; LI 005: Fence Sensor to GS Sensor Cable, 2' - See SOW for full details., 125, EA; LI 006: Fence Sensor to GS Sensor Cable, 10' - See SOW for full details., 125, EA; LI 007: Fence Sensor to GS Sensor Cable, 20' - See SOW for full details., 25, EA; LI 008: Wireless Bridge to GS Sensor Cable, 2' - See SOW for full details., 125, EA; LI 009: Micro-Tremor Fence Sensor to GS Sensor Cable, 16" - See SOW for full details., 125, EA; LI 010: PIR Cable for GS Sensor, 25' - See SOW for full details., 150, EA; LI 011: Seismic Only Sensor - See SOW for full details., 150, EA; LI 012: PIR Only Sensor - See SOW for full details., 150, EA; LI 013: Multi-port, Seismic, Magnetic Ground Sensor - See SOW for full details., 1500, EA; LI 014: Fixed Repeater, 5W - See SOW for full details., 70, EA; LI 015: Fixed Repeater, 50W - See SOW for full details., 70, EA; LI 016: Tactical Repeater - See SOW for full details., 70, EA; LI 017: Rack Mount Base Station - See SOW for full details., 30, EA; LI 018: Handheld Sensor Programmer - See SOW for full details., 50, EA; LI 019: Mobile Monitor - See SOW for full details., 10, EA; LI 020: Short Range PIR - See SOW for full details., 150, EA; LI 021: Long Range PIR - See SOW for full details., 150, EA; LI 022: Seismic Sensor Probe with geophone, no pigtail - See SOW for full details., 200, EA; LI 023: Seismic Sensor Probe with geophone, with pigtail - See SOW for full details., 200, EA; LI 024: Directional Extension Cable, 20' - See SOW for full details., 100, EA; LI 025: GS Sensor Programming Kit for PC - See SOW for full details., 60, EA; LI 026: On/Off Switch for GS Sensor - See SOW for full details., 60, EA; LI 027: Solar Kit for Tactical Repeater - See SOW for full details., 100, EA; LI 028: Contact Closure Cable, 20' - See SOW for full details., 100, EA; LI 029: GS Sensor Junction Box - See SOW for full details., 200, EA; LI 030: Magnetic Sensor Probe - See SOW for full details., 200, EA; LI 031: Uninterruptable Power Supply for Base Station Receiver - See SOW for full details., 60, EA; LI 032: Battery Charger for Handheld Sensor Programmer - See SOW for full details., 10, EA; LI 033: Ground Plane Antenna w/TNC Connector and VHF Whip - See SOW for full details., 3500, EA; LI 034: Extension Antenna Cable, TNC Male TO TNC Female 6' - See SOW for full details., 1250, EA; LI 035: BNC Whip Antenna - See SOW for full details., 1500, EA; LI 036: O-Ring for GS Sensors - See SOW for full details., 500, EA; LI 037: O-Ring for LCT Enclosure - See SOW for full details., 200, EA; LI 038: Desiccant for GS Sensor - See SOW for full details., 2000, EA; LI 039: Desiccant for LCT Enclosure - See SOW for full details., 500, EA; LI 040: Battery Harness Kit for LCT - See SOW for full details., 150, EA; LI 041: Magnetic Mount Antenna with BCN Connector - See SOW for full details., 50, EA; LI 042: Ground Plane Antenna with TNC male connector - See SOW for full details., 10, EA; LI 043: BNC to BNC feed thru connector (LCT-75) (GS 92-3140) - See SOW for full details., 250, EA; LI 044: SMA to TNC Bulkhead Connector - See SOW for full details., 250, EA; Option 3 Period of Performance: 09/25/2021 - 09/24/2022 LI 001: Micro-Tremor Fence Sensor - See SOW for full details., 100, EA; LI 002: Wireless Bridge Kit - See SOW for full details., 100, EA; LI 003: Heavy Duty Steel Security Housing for Fence Sensor - See SOW for full details., 50, EA; LI 004: Standard Duty Steel Security Housing for Fence Sensor - See SOW for full details., 50, EA; LI 005: Fence Sensor to GS Sensor Cable, 2' - See SOW for full details., 100, EA; LI 006: Fence Sensor to GS Sensor Cable, 10' - See SOW for full details., 50, EA; LI 007: Fence Sensor to GS Sensor Cable, 20' - See SOW for full details., 25, EA; LI 008: Wireless Bridge to GS Sensor Cable, 2' - See SOW for full details., 100, EA; LI 009: Micro-Tremor Fence Sensor to GS Sensor Cable, 16" - See SOW for full details., 25, EA; LI 010: PIR Cable for GS Sensor, 25' - See SOW for full details., 150, EA; LI 011: Seismic Only Sensor - See SOW for full details., 75, EA; LI 012: PIR Only Sensor - See SOW for full details., 50, EA; LI 013: Multi-port, Seismic, Magnetic Ground Sensor - See SOW for full details., 20, EA; LI 014: Fixed Repeater, 5W - See SOW for full details., 20, EA; LI 015: Fixed Repeater, 50W - See SOW for full details., 20, EA; LI 016: Tactical Repeater - See SOW for full details., 20, EA; LI 017: Rack Mount Base Station - See SOW for full details., 20, EA; LI 018: Handheld Sensor Programmer - See SOW for full details., 20, EA; LI 019: Mobile Monitor - See SOW for full details., 10, EA; LI 020: Short Range PIR - See SOW for full details., 150, EA; LI 021: Long Range PIR - See SOW for full details., 100, EA; LI 022: Directional Extension Cable, 20' - See SOW for full details., 50, EA; LI 023: GS Sensor Programming Kit for PC - See SOW for full details., 20, EA; LI 024: On/Off Switch for GS Sensor - See SOW for full details., 20, EA; LI 025: Solar Kit for Tactical Repeater - See SOW for full details., 50, EA; LI 026: Contact Closure Cable, 20' - See SOW for full details., 50, EA; LI 027: GS Sensor Junction Box - See SOW for full details., 20, EA; LI 028: Magnetic Sensor Probe - See SOW for full details., 50, EA; LI 029: Uninterruptable Power Supply for Base Station Receiver - See SOW for full details., 60, EA; LI 030: Battery Charger for Handheld Sensor Programmer - See SOW for full details., 10, EA; LI 031: Ground Plane Antenna w/TNC Connector and VHF Whip - See SOW for full details., 2500, EA; LI 032: Extension Antenna Cable, TNC Male TO TNC Female 6' - See SOW for full details., 250, EA; LI 033: BNC Whip Antenna - See SOW for full details., 1500, EA; LI 034: O-Ring for GS Sensors - See SOW for full details., 400, EA; LI 035: O-Ring for LCT Enclosure - See SOW for full details., 100, EA; LI 036: Desiccant for GS Sensor - See SOW for full details., 2000, EA; LI 037: Desiccant for LCT Enclosure - See SOW for full details., 250, EA; LI 038: Battery Harness Kit for LCT - See SOW for full details., 50, EA; LI 039: Magnetic Mount Antenna with BCN Connector - See SOW for full details., 20, EA; LI 040: Ground Plane Antenna with TNC male connector - See SOW for full details., 10, EA; LI 041: BNC to BNC feed thru connector (LCT-75) (GS 92-3140) - See SOW for full details., 250, EA; LI 042: SMA to TNC Bulkhead Connector - See SOW for full details., 250, 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 (CBP) 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 (CBP) 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. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. No partial shipments are permitted unless specifically authorized at the time of award. 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 https://www.acquisition.gov/far/. 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). 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 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. In accordance with the IPP clause; ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PROCESSING PLATFORM (IPP) (JAN 2016), payment requests for all new awards must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). The Contractor must use IPP for contracts and orders awarded April 11, 2016 or later. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract. The IPP website address is: https:// www.ipp.gov. Contractor assistance with IPP enrollment can be obtained by contacting IPPCustomerSupport@fms.treas.gov or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer. Delivery schedule for all items shall be in accordance with the Statement of Work. 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) Proposals that do not respond to all requirements in the solicitation may be rejected without further evaluation, deliberation, or discussion. The Government may reject any proposal that is evaluated to be significantly not compliant with the solicitation requirements, or reflects a failure to comprehend the complexity and risks of the work to be performed. The Government reserves the right to award without discussions with Offerors. (a)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 and whose offer is the Lowest Priced Technically Acceptable (LPTA). Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-price factors. The quote with the lowest evaluated price will be evaluated for technical acceptability. Only if that quote is found to be technically unacceptable will the evaluation proceed to the quote with the next lowest evaluated price. This process will continue until the lowest priced technically acceptable quote is found. The following factors shall be used to evaluate technical acceptability of the lowest priced offeror: 1.TECHNICAL AND MANAGEMENT APPROACH (non-price) The Offeror must meet the requirements of the Statement of Work (SOW). 2.PAST PERFORMANCE (non-price) Offerors will be evaluated on their recent (within the past 3 years) performance of relevant requirements as described in the SOW. Offerors should provide three (3) references for the same or similar work performed for Federal, State, and local government and private clients. An Offeror may also provide information on problems encountered on the identified projects and the offer ™s corrective actions. The Government will consider this information, as well as information obtained from any other sources, when evaluating the offeror ™s past performance. An offeror will not be evaluated favorably or unfavorably on past performance if the offeror has no record of relevant past performance or for whom information on past performance is not available. 3.PRICE A comparison of proposal pricing received in response to the solicitation will be made in order to make a determination of fair and reasonable pricing in accordance with the Firm Fixed Price nature of this acquisition action. (CONTINUED ON NEXT PANEL) (CONTINUED) (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Government reserves the right to award without discussions with Offerors. (End of provision) The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract. In the event the Contractor effects any changes at the direction of any person other than the Contracting Officer, the changes will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. The Contracting Officer shall be the only individual authorized to accept nonconforming work, waive any requirement of the contract, or to modify any term or condition of the contract. The Contracting Officer is the only individual who can legally obligate Government funds. No cost chargeable to the proposed contract can be incurred before receipt of a fully executed contract or specific authorization from the Contracting Officer. AVAILABILITY OF FUNDS (APR 1984) Funds are not presently available for this contract. The Government ™s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause) The Contractor shall be responsible for coordinating with the CBP on-site representative concerning site access privileges, required individual documentation, and access procedures. Contractor access to unclassified, but Security Sensitive Information may be required under this SOW. Contractor employees shall safeguard this information against unauthorized disclosure or dissemination. The assurance of the security of unclassified facilities, Information Technology (IT) resources, and sensitive information during the acquisition process and contract performance are essential to the DHS mission. DHS Management Directive (MD) 11042.1 Safeguarding Sensitive but Unclassified (For Official Use Only) Information, describes how contractors must handle sensitive but unclassified information. DHS MD 4300.1 Information Technology Systems Security and the DHS Sensitive Systems Handbook prescribe policies and procedures on security for IT resources. Contractors shall comply with these policies and procedures, any replacement publications, or any other current or future DHS policies and procedures covering contractors specifically for all contracts that require access to DHS facilities, IT resources or sensitive information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/20105933/listing.html)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN05054614-W 20180826/180824230750-dd338f9282321c7e07d920eca6a2864a (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.