SOLICITATION NOTICE
66 -- HAZMAT ID COMMAND SYSTEM
- Notice Date
- 7/5/2005
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- DHS - Emergency Preparedness and Response, Federal Emergency Management Agency, MWEOC Acquisition Section, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, VA, 20135
- ZIP Code
- 20135
- Solicitation Number
- HSFEMW-05-Q-0036
- Response Due
- 7/20/2005
- Archive Date
- 8/4/2005
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Part 12.6 Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. HSFEMW-05-Q-0036 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04. This procurement is a small business set-aside. The NAICS Code applicable to this RFQ is 334516; small business size standard is 500 employees. The Federal Emergency Management Agency proposes to purchase a Hazmat ID Command System. SPECIFICATIONS: Power: 12VDC or 115/240 VAC 50/60 HZ. HazMatID package features: Pelican hardened shipping case, Sealed data compartment ? including USB port, Ethernet port, Keyboard/Mouse port, and Power connections. Two batteries ? Chargeable in system or separately with external charger. External Battery Charger, USB Storage Device with 64MB storage capacity, USB CD-ROM for data archival and software/library upgrade installation. Laptop operating system ? includes software and hardware required to operate the HazMat ID system wirelessly. Contains keyboard and mouse to be used with HazMatID system. Standard one (1) year Warranty and Partnership Program plus an additional 3 year Partnership Program extension for a total of four (4) years. On-Site Training ? One day HazMat integration training held on-site at FEMA facility for up to sixteen (16) people. Partnership Program: free software upgrades. All parts and labor to repair system in the event of a malfunction. Free loaner (Delivered by Overnight Carrier) shall be provided if system malfunctions. HazMatID refresher course for 1 person per yr. at a one (1) day regional training class ? limited to the length of Partnership Program. Includes Libraries: 000-0012 Nerve and Blister Agents. 000-0013 Toxic Industrial Chemicals. 000-0002 Common Chemicals. 000-0015 Explosives. 000-0016 Forensic Drugs. 000-0017 Common White Powders.000-0018 Drug Precursors. DESCRIPTIVE LITERATURE: Offerors must provide descriptive literature adequate enough for the Government to determine if the proposed products meet the Government?s minimum requirements, as identified in the item description above. Failure of an offeror to submit descriptive literature for a proposed product will result in that product being rejected from further consideration. Further, descriptive literature which fails to show that the proposed product(s) complies with the requirements stated above will result in the rejection of that product(s). 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, price and other factors considered. The requirements detailed in this solicitation shall be used as criteria to evaluate offers. Contractor must meet all the requirements detailed within this solicitation. BASIS FOR AWARD: The Government will make an award to the responsible/responsive offeror whose offer will be most advantageous to the Government based on lowest price/technically acceptable factors. In order for an offeror?s product to be considered technically acceptable, the requirements identified above must be met by the proposed products. PROPOSAL PREPARATION INSTRUCTIONS: The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Offerors shall provide a firm fixed-price for the line item. The line item specified consist of a Quantity of One (1). Item No. 001: Smiths Detection HazMatID Command System or an approved equal; Item No. 002: Shipping charges, if any. Offerors are to include a completed copy of the provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with their response. The following FAR clauses also apply: 52.212-4, Contract Terms and Conditions-Commercial Items; Clause 52.211-6 Brand Name Or Equal is hereby incorporated by reference as an addenda to 52.212-4; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with the following clauses cited in 52.212-5 being applicable to this acquisition; 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.219-6 Notice of Total Small Business Set-Aside, 52.219-14 Limitations on Subcontracting, 52.222-3 Convict Labor, 52.222-19 Child Labor?Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.225-3, 52.222.37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, Buy American Act - Supplies. 52.225-13 Restrictions on Certain Foreign Purchases; and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. Successful contractor must meet all the responsibility requirements of Subpart 9.104-1 of the Federal Acquisition Regulation (FAR). The aforementioned provision and clauses can be accessed electronically at http://www.arnet.gov/far. A written notice of award or acceptance of offer, mailed or otherwise furnished to the successful offeror, shall result in a binding contract without further action by either party. Prospective sources are reminded that award can only be made to a Contractor who is registered in the Central Contractor Registration (CCR) database. The due date for submission of offers is July 20, 2005 at 4:30 p.m., local time, to FEMA, Mt. Weather Emergency Operations Center, 19844 Blue Ridge Mountain Road, Bluemont, VA 20135; Attn: Lori L. Smith - Bldg. 413. Technical and/or administrative questions must be received no later than five business days after publication of this notice and may be faxed to (540) 542-2631 or 2632 or sent via electronic mail to lori.smith@dhs.gov. Offerors are responsible to comply with this notice and any amendments thereto. Amendments to the RFQ will be published in the same manner as the initial synopsis/solicitation.
- Place of Performance
- Address: 19844 Blue Ridge Mountain Road, Bluemont, VA
- Zip Code: 20135
- Country: U.S.
- Zip Code: 20135
- Record
- SN00841137-W 20050707/050705211527 (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 |