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