Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2024 SAM #8335
SOLICITATION NOTICE

99 -- CT-40 Contraband Inspection Kit

Notice Date
9/20/2024 11:57:34 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
W7N3 USPFO ACTIVITY UT ARNG DRAPER UT 84020-2000 USA
 
ZIP Code
84020-2000
 
Solicitation Number
W911YP24R114G
 
Response Due
9/23/2024 6:00:00 AM
 
Archive Date
10/08/2024
 
Point of Contact
Otha Henderson
 
E-Mail Address
otha.b.henderson.civ@army.mil
(otha.b.henderson.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Solicitation:� W911YP24R114G Agency/Office:� Utah Army National Guard / USPFO Delivery Location:� Utah Army National Guard, 12953 S Minuteman Drive, Draper, UT� 84020 Subject:� CT-40 Contraband Inspection Kit Response Due Date:� 7:00 AM (Mountain) 23 September 2024 Contracting POC:� Otha Henderson; Email:� otha.b.henderson.civ@army.mil . Description: � *****This requirement is being solicited as a brand-name/model or equivalent total small business set-aside in accordance with FAR 6.302-1(c) and DFARS 206.302 (c)(2). Only quotes from registered small businesses in SAM.GOV will be accepted***** This is a combined synopsis/solicitation for commercial products 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. This solicitation incorporates provisions and clauses currently in effect. This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings. This acquisition is being solicited as a brand name/model or equivalent total small business set aside under NAICS code 334511 and has a small business size standard of 1350 employees (www.sba.gov). For vendor quotes to be considered, you must be registered in the System for Award Management (SAM) at https://WWW.SAM.GOV as a small business under this or very similar NAICS code. Wholesaler NAICS codes will not be accepted. Delivery shall occur within 90 days ARO. This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings. This requirement is subject to availability of funding per FAR 52.232-18. Description: The Utah Army National Guard has a requirement to purchase of two CT-40 Contraband Team Inspection Kits. This is a brand name or equivalent.� The NAICS used for this procurement will be 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing with PSC being 9999, Miscellaneous Items. The SBA small business size standard is 1350 employees.� 2 each, CSECO CT-40 Contraband Team Inspection Kit:� Each kit includes: � Perfect Vision� V20 Videoscope Inspection System with 80� 2-way articulating fuel-proof; Tungsten armor cable, built-in power supply and LED lighting; � K910G Buster Contraband Detector with Backlight Display; � CT-PTK Personal Tool Kit; � RAD-Aware� Early Radiation Warning Alarm; � Remote Display with 4� Cable; � Calibration Block; � Holster, batteries, and Manual; � LRF�1 Laser Rangefinder; � PM�10 Telescoping Inspection Mirror with Flashlight; � P�41X Heavy Duty Expandable Steel Inspection Probe Kit; � 6 each PN�30 Pocket Pencil Inspection Probes; � CT�30F Waterproof lightweight �Pelican� Custom Carrying Case; � Complimentary one (1) year warranty on factory parts and labor; � Included Components: Sun Shield and Neck Strap; � CSECO Hammer Probe. Vendors may quote exact or equivalent items, and quoted items must qual to the specifications of the above listed items. Complete specifications must be provided if quoting other than the exact items above, and failure to provide the full specifications will result in the proposal being considered non-responsive and the proposal will not be evaluated. Contract Type / Evaluation Criteria: � This RFP is subject to availability of funds per FAR 52.232-18. The contract type for this procurement will be Firm-Fixed Price (FFP) and award evaluation criteria will be based on an all or none basis using lowest price technically acceptable (LPTA) evaluation criteria for all items conforming to the minimum requirements and specifications of items listed. Offers that exceed funds availability or do not meet minimum technical requirements will not be considered for award. The offer must be registered in System for Award Management (SAM) to be eligible for award. Set-aside / FAR Regulation: Any award resulting from this solicitation will be made using a total small business set-aside order of precedence as follows: In accordance with FAR Subpart 19.502-2 Total Small Business Set-Aside Procedures, any awards under this solicitation will be made on a competitive basis first to small business concerns in accordance with FAR 19.502-2. If there are no acceptable offers from small business concerns, the set-aside shall be withdrawn and the requirement, if still valid, will be made on the basis of full and open competition considering all offers submitted by responsible business concerns. SAM Registration:� All firms or individuals responding must meet all standards required to conduct business with the government, including registration with SAM and WAWF/iRAPT, and be in good standing. All qualified responses will be considered by the government. In addition to providing pricing each quote must include vendor's CAGE, Unique Entity ID Number (UEIN), federal tax number, and must include point of contact information.� Prospective offerors may obtain information on registration at WWW.SAM.GOV.� IAW FAR 52.204-7 and DFARS 252.204-7007 Alt A, prospective vendors must be registered in the SAM database prior to award. Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov. Quote:� Please provide your quote submission to the United States Property and Fiscal Office (USPFO) Purchasing and Contracting (P&C) Division no later than 7:00 AM (Mountain) 23 Sep 2023. All submissions should be sent via email to: otha.b.henderson.civ@army.mil . Facsimiles will not be accepted. Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting. Responses received after the stated deadline will be considered. Provisions/Clauses: The following provisions and clauses are applicable to this solicitation and are incorporated by reference: FAR 52.204-7 � System for Award Management FAR 52.204-9 � Personal Identity Verification of Contractor Personnel FAR 52.204-16 � Commercial and Government Entity Code Reporting FAR 52.204-18 � Commercial and Government Entity Code Maintenance FAR 52.204-19 � Incorporation by Reference of Representations and Certifications FAR 52.204-24 � Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-25 � Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-26 � Covered Telecommunications Equipment or Services-Representation FAR 52.204-27 � Prohibition on a ByteDance Covered Application FAR 52.204-29 � Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosure FAR 52.204-30 - Federal Acquisition Supply Chain Security Act Orders-Prohibition FAR 52.209-6 � Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10 � Prohibition on Contracting with Inverted Domestic Corporations FAR 52.212-1 � Instructions to Offerors � Commercial Products and Commercial Services FAR 52.212-3 � Offeror Representations and Certifications-Commercial Products and Commercial Services FAR 52.212-4 � Contract Terms and Conditions-Commercial Products and Commercial Services FAR 52.212-5 � Contract Terms and Conditions Required to Implement Statues May 2022 or Executive Orders FAR 52.219-1 � Small Business Program Representation FAR 52.219-28 � Post-award Small Business Program Representations FAR 52.222-19 � Convict Labor�Cooperation with Authorities and Remedies FAR 52.222-21 � Prohibit Segregated Facilities FAR 52.222-26 � Equal Opportunity FAR 52.222-36 � Equal Opportunity for Workers With Disabilities FAR 52.222-40 � Notification of Employees Rights Under the National Labor Relations Act FAR 52.222-50 � Combating trafficking in Persons FAR 52.222-54 � Employment Eligibility Verification FAR 52.223-18 � Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-25 � Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications FAR 52.232-1 � Payments FAR 52.232-18 � Availability of Funds FAR 52.232-33 � Payment by Electronic Funds Transfer-System for Award Management FAR 52.232-39 � Unenforceability of Unauthorized Obligations FAR 52.232-40 � Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-1 � Disputes FAR 52.233-3 � Protest After Award FAR 52.233-4 � Applicable Law for Breach of Contract Claim FAR 52.243-1 � Changes-Fixed Price FAR 52.249-1 � Termination for Convenience of the Government (Fixed-Price) (Short Form) FAR 52.252-1 � Solicitation Provisions Incorporated by Reference FAR 52.252-2 � Clauses Incorporated by Reference DFARS 252.203-7000 � Requirement Relating to Compensation of Former DoD Officials DFARS 252.203-7002 � Requirements to Inform Employees of Whistleblower Rights DFARS 252.203-7005 � Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003 � Control of Government Personnel Work Product DFARS 252.204-7009 � Limitation on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information DFARS 252.204-7015 � Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.204-7017 - Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation DFARS 252.204-7018 � Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DFARS 252.204-7024 � Notice on the Use of the Supplier Performance Risk System (SPRS) DFARS 252.209-7999 � Representation by Corporations Regarding Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law DFARS 252.211-7003 � Item Unique Identification and Valuation DFARS 252.225-7048 � Export-controlled Items DFARS 252.225-7055 � Representation Regarding Business Operations with the Maduro Regime DFARS 252.225-7056 � Prohibition Regarding Business Operations with the Maduro Regime DFARS 252.225-7059 � Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation DFARS 252.225-7060 � Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region�������� DFARS 252.232-7003 � Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 � Wide Area WorkFlow Payment Instructions DFARS 252.232-7010 � Levies on Contract Payments DFARS 252.239-7017 � Notice of Supply Chain Risk DFARS 252.239-7018 � Supply Chain Risk DFARS 252.243-7001 � Pricing of Contract Modifications DFARS 252.244-7000 � Subcontracts for Commercial Items DFARS 252.247-7023 � Transportation of Supplies by Sea FAR 52.252-2 � Clauses Incorporated by Reference.� This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text.� Upon request, the contracting officer will make full text available. Also, the full text of a clause may be accessed electronically at:� https://www.acquisition.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5baa2783ab134a969be021a1b6dfeb6f/view)
 
Place of Performance
Address: Draper, UT 84020, USA
Zip Code: 84020
Country: USA
 
Record
SN07219907-F 20240922/240920230120 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.