Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 11,2000 PSA#2535

Federal Emergency Management Agcy, National Emergency Training Center, Procurement Branch, 16825 South Seton Avenue, Emmitsburg, MD 21727

58 -- TONE ALERT RECEIVERS SOL EME-2000-RQ-0021 DUE 022300 POC Contract Specialist, Kimberly Logue (301) 447-1266 or Contracting Officer, Bryan McCreary (301) 447-1058 WEB: Click heare to download a copy of the RFQ, http://www.fema.gov/ofm/bidinfo.htm. E-MAIL: Click here to contact the Contract Specialist via, kim.logue@fema.gov. 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; proposals are being requested and a written solicitation will not be issued. The Federal Emergency Management Agency (FEMA) has a requirement for the acquisition of 3,500 Tone Alert Receivers (TARs) for use in the State of Indiana's Chemical Stockpile Emergency Preparedness Program (CSEPP). The TARs must comply with all specifications: Basic Features, CSEPP Functionality (Appendix F (Paragraphs F.16, F.17 and F.18) Public Alert and Notification Systems: System Design Criteria and Evaluation Guide for the (Dated May 17, 1996)), Software Programmability, Technical Specifications and Special Features. This announcement, with all required specifications, can be downloaded from FEMA's web-site at http://www.fema.gov/ofm/bidinfo.htm. Offerors must provide quotes with single unit cost, and total cost for 3,500 TAR units. Separate unit pricing shall be provided for 100 strobes. Delivery of all items is required by May 15, 2000. All units/items shall be shipped FOB Destination to the following location: Vermillion County Emergency Response, Cayuga Pole Barn, 817 Ferry Street (State Road #234), Cayuga, IN 47928, ATTN: Ramon Colombo. Offerors must provide with their quote; a sample test unit, descriptive literature, technical manual, standard operating manual, etc. Quotes, sample test unit, literature and manuals, will be evaluated against the following criteria: (1) Sample test unit meets all mandatory requirements specified, (2) Quality and delivery of product as supported by past performance; NOTE: Offerors must submit a list of at least three references of similar requirements, including point of contacts with telephone numbers, and (3) Cost/price. Stated criteria are listed in descending order of importance. Award will be based on best value to the Government considering all factors, including optional feature(s) proposed/included in sample test unit. The RFQ and incorporated provisions and clauses are those in effect through FAC 97-15. This procurement is unrestricted. The SIC for this requirement is 3663, with a small business size standard of 750 employees. Award of a firm-fixed price order is anticipated. The provisions at 52.212-1 Instructions to Offerors-Commercial Items, 52.212-2 Evaluation-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In compliance with clause 52.212-5, the following additional clauses are incorporated as part of and apply to the acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I, 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity, 52.219-8 Utilization of Small Business Concerns, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped Workers, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.225-3 Buy American Act-Supplies, and 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns. The clause at 52.215-1 Instructions to Offerors-Competitive Acquisitions also applies to this acquisition. Offerors are to include a completed copy of the provision at 52.212-3 Offeror Representations, Certifications-Commercial Items. All requests for information, or questions regarding this notice shall be addressed to Ms. Kimberly Logue at (301) 447-1266. Questions must be received no later than five business days after publication of this notice and may be faxed to (301) 447-1092. The sample TAR test unit, descriptive literature and manuals must be submitted to FEMA, ATTN: Russell P. Gates, 5321 Riggs Road, Gaithersburg, MD 20882. The sample TAR test unit must be submitted in addition to the offeror's quote in order that the Government may determine the product meets the minimum specifications/requirement. Failure of an offeror to provide the sample test unit will result in their quote being considered non-responsive. Sample TAR units will be returned to unsuccessful offerors. Quotes and Representations/Certifications shall be submitted to the Federal Emergency Management Agency, National Emergency Training Center, Satellite Procurement Office, E-115C, ATTN: Kimberly Logue, 16825 S. Seton Avenue, Emmitsburg, MD 21727. Sample Test Units/Quotes must be received at the specified locations by 3:00 p.m. Eastern Standard Time on February 23, 2000. Sample Test Units/Quotes must be clearly marked with the RFQ (EME-2000-RQ-0021) number. The offer or modifications to the offer, received at the address specified for receipt of offers/quotes after the exact time specified for receipt of offers/quotes will not be considered. Faxed quotes will not be accepted. Posted 02/09/00 (W-SN423451). (0040)

Loren Data Corp. http://www.ld.com (SYN# 0298 20000211\58-0007.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page