SOLICITATION NOTICE
66 -- Handheld GPS Units and Accessories
- Notice Date
- 3/28/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Health and Human Services, Center for Disease Control and Prevention, Acquisition and Assistance Field Branch (Morgantown), 1095 Willowdale Road, Morgantown, WV, 26505
- ZIP Code
- 26505
- Solicitation Number
- 2003-Q-00825
- Archive Date
- 4/30/2003
- Point of Contact
- Brenda Goodwin, Contract Specialist, Phone (304)285-5882, Fax (304)285-6083, - Rex Wolfe, Jr., Contract Specialist, Phone (304)285-5883, Fax (304)285-6083,
- E-Mail Address
-
bcg1@cdc.gov, rsw1@cdc.gov
- Description
- 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; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is being issued unrestricted as Request for Quotation No. 2003-Q-00825. The NAICS is 334220 with a size standard of 750 employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12. The National Institute for Occupational Safety and Health (NIOSH) Morgantown, WV facility has a need for GPS units and accessories listed below. NIOSH will be conducting field studies in highway work zones to gather data pertaining to workers on foot and their proximity to hazard areas around heavy equipment. The majority of fatalities that occur in road construction work zones in the United States involve a worker being struck by a piece of construction equipment or vehicle. Along with other data collection methods, GPS units will be used to track the location of both workers and equipment. GPS units must be small and light enough to be worn on the body without interfering with tasks commonly performed by highway construction laborers. They must also have the highest degree of accuracy available. As part of this research project the GPS system itself will be evaluated for it?s use as a data collection tool in this type of field environment. NIOSH currently uses several models of Trimble GPS units along with the associated TerraSync software. Requirements listed shall be Brand Name or Equal to TRIMBLE Navigation Limited, Sunnyvale, CA. SPECIFICATIONS (Salient features): REQUIRED: hand- held, lightweight (< 2 lbs), accuracy at sub-meter level, rechargeable internal battery with at least 10 hour continuous operation, Windows based operating system, screen display and compatibility with Trimble Terrasync software. DESIRED: 512 MB data storage, ergonomic design, and data interface capability. Contract Line Items (CLIN): CLIN 001, P/N 47200-20, GEO XT GPS, 5 EACH; CLIN 002, P/N 43159-00, Terrasync Software, 5 EACH; CLIN 003, P/N 40767-05, External Antenna, 1.5M, 3 EACH; CLIN 004, P/N 40767-06, External Antenna, 5M, 3 EACH; CLIN 005, P/N 39182, Vehicle Power Adapter, 2 EACH; and CLIN 006, P/N 46509-00, Power/Serial clip adapter, 2 EACH. Equipment shall have a minimum of one year warranty. All items shall be delivered within 60 days after award of the contract. Offerors shall identify the brand name equipment being offered and provide descriptive literature for evaluation purposes. Terms and conditions shall be clearly stated. All prices shall be F.O.B. Destination or a price for shipping/handling shall be listed as a separate line item. Offers will be evaluated to determine technical compliance with the specification. The Government intends to award a purchase order resulting from this solicitation to the responsible offeror whose quote conforming to this solicitation is considered most advantageous to the Government, price and other factors considered. Your quotation must contain sufficient information to demonstrate compliance with all requirements included herein, or your offer may be rejected. The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors -- Commercial Items (Oct 2000); 52.212-2, Evaluation -- Commercial Items (Jan 1999); 52.212-4, Contract Terms and Conditions -- Commercial Items (Feb 2002) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2002). Additionally, the following FAR clauses cited in Clause 52.212-5 are also applicable to this acquisition as follows: FAR 52.222-3 Convict Labor (E.O. 11755), 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C. 759; 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41.U.S.C. 253g and 10 U.S.C. 2402); 52.219-8, Utilization of Small business concerns (15 U.S.C. 637 (d)(2) and (3)); 52.222.26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers With Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-1 Buy American Act ? Balance of Payments Program - Supplies; 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.232.34, and Payment by Electronic Funds Transfer?Other than Central Contractor Registration (31 U.S.C. 3332). See http://www.arnet.gov for referenced clauses in full text and representations and certifications (FAR 52.212-3). Form 1449 is available at http://www.gsa.gov/forms. OFFERS ARE DUE Wednesday, APRIL 15, 2003, 2:00 P.M. local prevailing time. The following information must be submitted with all quotations. (1) Original and one copy of a completed SF 1449, signed by an individual authorized to bind the organization; (2) Schedule of Supplies/Services (vendor quotation) and descriptive literature if offering other than a Trimble product; (3) completed Representations and Certifications - Commercial Items, FAR 52.212-3 (July 2002); (4) information which clearly demonstrates compliance with the stated specifications (for evaluation purposes); and (5) acknowledgment of solicitation amendments, if any. Facsimile or electronic offers are NOT authorized. If any exceptions or assumptions are taken by a contractor with regard to any aspect of this RFQ, they should be so stated in the quote. All quotes must include a specified expiration time for the quote (60 days desired). Before the quote?s specified expiration time, the Government may accept a quote, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offers that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. Simplified acquisition procedures will be utilized. Information referenced in this notice may be obtained from Brenda Goodwin at (304) 285-5882. Submit written quote to: DHHS, PHS, CDC, NIOSH, ALOSH, Attn: Brenda Goodwin (MS1019), REF: Solicitation 2002-Q-00825, 1095 Willowdale Road, Morgantown, WV 26505. All responsible sources may submit a response, which shall be considered by the Agency.
- Record
- SN00290253-W 20030330/030328213419 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |