SOLICITATION NOTICE
66 -- Body Orifice Security Scanner
- Notice Date
- 6/2/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of State, Regional Procurement Support Office - Fort Lauderdale, Florida Regional Center, 4000 N. Andrews Ave., Fort Lauderdale, Florida, 33309
- ZIP Code
- 33309
- Solicitation Number
- S-WHARC-09-Q-0047
- Archive Date
- 7/4/2009
- Point of Contact
- Juan M. Fernandez, Phone: 9546301132
- E-Mail Address
-
FernandezJM@state.gov
(FernandezJM@state.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subparts 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested by this notice alone, and a written solicitation will not be issued. This synopsis/solicitation is issued as a Request for Quotations for Body Orifice Security Scanners to be used by the Government of El Salvador pursuant to an agreement with the U.S. Department of State. 1. DESCRIPTION 1.1. The U.S. Department of State, INL Section, U.S. Embassy San Salvador, El Salvador, has a requirement for the purchase of a twelve (12) Ranger B.O.S.S. II or “equal” body orifice security scanners, to be donated to the government of El Salvador for INL program purposes. The RFQ is being conducted under “brand name or equal” specifications. FAR Provision 52.211-16 - Brand Name or Equal is hereby incorporated by reference. 1.2. The following are the specifications which all items shall meet or surpass in order to be considered an “equal” item. Body orifice security scanner shall be configured as a chair, for use in prisons, in keeping with standard practice in U.S. correctional facilities. Body orifice security scanner system unit shall have the following features: abdominal-cavity sensor, rectal-vaginal cavity sensor, and shin area sensor. Equipment shall enable correctional facility staff to conduct non-contact searches of inmates for contraband hidden on/in their persons, to include weapons, razor blades, tools, handcuff keys, cell phones, cell phone chips, cell phone chargers, and other contraband. Unit shall also have volume settings, alarm tone settings, pass code capability, LED display, and target filter with low-frequency filter values. 115-340 VAC/47 to 63 Hz power requirements. Ruggedized design for durability in harsh conditions, and with frequent use. Requested system shall use very low intensity magnetic field to detect contraband. There is no requirement for visual x-ray or imaging capability. 1.3. This acquisition is a total small business set-aside. Offers from other than small business concerns will not be considered. The NAICS code applicable to this acquisition is 334519. The small business size standard is 500 employees. 2. REQUIRED ITEMS: LINE ITEM 0001: Ranger B.O.S.S. II or “equal” with instructions manuals in Spanish. Quantity: Twelve (12) EA, new. Contractor shall, for a period of two (2) years after installation, provide technical support in Spanish, via telephone or e-mail, during contractor’s normal working hours. The contractor shall provide a full warranty, including parts and labor, for a period of two (2) years after installation. LINE ITEM 0002: Installation. Quantity: One (1) Lot Equipment shall be configured and installed by contractor at six correctional facilities in El Salvador. One facility is within the San Salvador metropolitan area and other five in outlying municipalities (all within same-day round-trip driving distance of San Salvador). Contractor shall install equipment within 4 weeks after receiving written notification (e-mail acceptable) from INL San Salvador representative stating that equipment has cleared customs and is ready for installation. US Embassy San Salvador will provide all internal transportation for equipment within El Salvador. Installation shall not be invoiced until completed. LINE ITEM 0003: Training. Quantity: One (1) Lot Contractor shall provide training on the equipment. Training shall consist of Spanish-language instruction on basic operation, use of system, and rudimentary troubleshooting/preventative maintenance for guard force at each correctional facility where equipment is installed (total of six facilities). Contractor shall provide training within 3 business days following equipment installation and shall provide hands-on-experience on use of equipment. Training shall not be invoiced until completed. LINE ITEM 0004: Annual Maintenance. Quantity: Two (2) EA Contractor shall perform two (2) annual maintenance trips after installation of equipment. During each annual trip contractor shall inspect all equipment, ensure it is functioning properly, and perform any preventative maintenance required. All labor and parts for preventive maintenance shall be included. Contractor shall perform annual maintenance within 4 weeks after receiving written (e-mail acceptable) request from INL San Salvador representative. Each annual maintenance visit shall not be invoiced until completed. 3. DELIVERY INFORMATION 3.1. REQUIRED DELIVERY DATE: 60 calendar days after receipt of purchase order. 3.2. DELIVERY TERMS: FOB Destination. The Contractor shall consolidate the entire shipment to prevent loss and misdirection of the equipment. Any lost or damaged equipment during shipment shall be replaced by the contractor upon notification. When the order is ready for shipment, forward the shipment prepaid directly to: Despatch/CRP: Just In Time Services, Inc. 11450 NW 34th Street, suite 100 Doral, Fl 33178 Ph. 305-477-4140 Fax 305-477-4745 The items being acquired will be donated to the government of the ultimate destination El Salvador. The contractor shall ensure that all items are prepared for safe shipment and include all necessary export approvals, licenses, and paperwork. Price must include delivery to the above-mentioned address and compliance with all applicable export/ITAR licensing requirements. If an export license is required, the items shall not be shipped until necessary export license is received. 3.3. PACKING AND MARKING Each box, carton, and package shall be marked as follows: AMERICAN EMBASSY NAS – Project No. IN41ESM9, Prison Management Order No. (To be provided upon award) San Salvador, El Salvador Box #__ of __ One copy of the packing list and commercial invoice must accompany the shipment, attached to the outside of the “lead” or number one box/carton/package, or individually attached to the outside of each box/carton/package. If you have any problems in complying with these instructions, please contact the Contracting Officer. Please include a copy of the packing list with your original invoice to the Contracting Officer or other office designated in the order that will provide us advance information for Customs clearance purposes. PLEASE NOTE: This order is ultimately intended for an overseas destination. If the shipment will involve wood packaging material, then the packing and palletizing must conform to the standards in the International Standards for Phytosanitary Measures Publication No. 15: “Guidelines for Regulating Wood Packaging Material in International Trade” (ISPM 15) and have the appropriate markings indicating that the materials meet this standard. Any deliveries arriving at our indicated domestic delivery address that do not meet these standards will be rejected and must be corrected at the contractor’s expense. If you have any question regarding this requirement, please contact the Contracting Officer. 4. EVALUATION OF QUOTATIONS: 4.1. Award will be made to the Lowest Priced-Technically Acceptable Offeror who submits a quote that is responsive to the RFQ requirements. 4.2. Additional Considerations: The Government reserves the right to reject a quotation that is technically unacceptable or unreasonably low or high in price. The Government will determine acceptability by assessing the offeror's compliance with the terms of the Request for Quotation (RFQ). The Contractor must be able to demonstrate that it has the necessary resources to provide on-time delivery at a high level of quality. 4.3. Award will be on an “all or none” basis. 5. QUOTATION MUST INCLUDE THE FOLLOWING: 5.1. PRICE: unit and extended prices, inclusive of delivery charges. 5.2. DESCRIPTION: Description/nomenclature of the item being proposed; product literature may be provided. 5.3. DUNS AND CCR: DUNS number and statement that the quoter is registered in CCR. 5.4. CERTIFICATIONS: Completed certifications (FAR 52.212-3) or statement that the certifications are included already at the ORCA web site (https://orca.bpn.gov/). In addition, complete DOSAR 652.228-70. 6. ADDITIONAL INFORMATION AND REQUIREMENTS: In order to receive an award, you must be registered in the Central Contractor Registration database at www.ccr.gov. All responsible sources may submit a quotation which shall be considered by the Department. This solicitation number S-WHARC-09-Q-0047 is issued as an RFQ under subparts 12.6 and 13.5 of the Federal Acquisition Regulation (FAR). This is a solicitation document incorporating FAR clauses and provisions that are in effect through Federal Acquisition Circular 2005-32. FAR clauses may be accessed at: http://acquisition.gov/far/index.html The following FAR Clauses and Provisions are incorporated by reference. 52.204-7, Central Contractor Registration 52.212-1, Instructions to Offerors – Commercial Items 52.212-3, Offeror Representations and Certifications – 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 [The following clauses are selected under paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-6, Notice of Total Small Business Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.219-28, Post Award Small Business Program Rerepresentation; 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 Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-5, Trade Agreements; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration] 52.214-34, Submission of Offers in the English Language 52.228-3, Workers Compensation Insurance (Defense Base Act) DOSAR clauses may be accessed at: http://www.statebuy.state.gov/dosar/dosartoc.htm The following DOSAR clauses and provisions are incorporated by reference. 652.206-70, Competition Advocate/Ombudsman (AUG 1999) 652.225-70 Arab League Boycott of Israel (AUG 1999) 652.225-71, Section 8(a) of the Export Administration Act of 1979, as Amended (AUG 1999) 652.229-70, Excise Tax Exemption Statement for Contractors Within the United States (JUL 1988) 652.242-73, Authorization and Performance (AUG 1999) 652.242-72, Shipping Instructions (DEC 1994) 652.243-70, Notices (AUG 1999) 652.228-70, Defense Base Act – Covered Contractor Employees (JUN 2006) [Fill-in paragraph (b) El Salvador; Workers’ compensation laws exist that will cover local nationals and third country nationals.] 652.228-71, Worker’s Compensation Insurance (Defense Base Act) – Services (JUN 2006) [Fill-in paragraph (c) $4.00 per $100] 652.228-74, Defense Base Act Insurance Rates – Limitation (JUN 2006) [Fill-in paragraph (b) Services $4.00 per $100 of employee compensation; Construction $5.50 per $100 of employee compensation] 652.229-71, Personal Property Disposition at Posts Abroad (AUG 1999) 7. QUOTATIONS ARE DUE by 3:00 p.m., June 19, 2009, local (Ft. Lauderdale, U.S.) time, via e-mail, fax, or mail. Identify your quotation as a response to solicitation number S-WHARC-09-Q-0047. Mail to Juan M. Fernandez, Contracting Officer, U.S. Department of State, RPSO Florida, 4000 N. Andrews Ave., Ft. Lauderdale, FL 33309; fax to 954-630-1165; or e-mail (preferred) to: fernandezjm@state.gov. CAUTION: Complete quotations must be received at the location stated above by the required due date and time. Late quotations will be handled in accordance with FAR 52.212-1, Instructions to Offerors-Commercial Items paragraph (f). 8. AWARD TYPE: The Government will award a firm-fixed-price Purchase Order for the requirements identified in this RFQ. The price shall include all direct and indirect costs, overhead, general and administrative expense, profit, shipping/delivery charges, export requirements, insurance, assembly, etc. The price will not be subject to adjustment after award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/RPSO/FRC/S-WHARC-09-Q-0047/listing.html)
- Place of Performance
- Address: Multiple Locations, San Salvador, El Salvador
- Record
- SN01833369-W 20090604/090602235137-ca6fc49e4e73ec7e5e3e16428f6ad6b4 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |