SOLICITATION NOTICE
67 -- Digital Camers, Camcorder and Accessories
- Notice Date
- 8/4/2009
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Department of Homeland Security, Immigration & Customs Enforcement, Headquarters Procurement Division, Wash DC, 7701 N Stemmons Freeway, Dallas, TX 75247
- ZIP Code
- 75247
- Solicitation Number
- ICEOAQMD192109VBO00000235
- Response Due
- 8/7/2009
- Archive Date
- 2/3/2010
- Point of Contact
- Name: Lawrence Ayers, Title: Asst Sec Contingency Contracting, Phone: 214 905 5496, Fax: 214 905 5568
- E-Mail Address
-
lawrence.ayers@dhs.gov;
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is ICEOAQMD192109VBO00000235 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-31. The associated North American Industrial Classification System (NAICS) code for this procurement is 423410 with a small business size standard of 100.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-08-07 14:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Boston, MA 02222 The DHS Immigration and Customs Enforcement requires the following items, Brand Name or Equal, to the following: LI 001, Canon Power Shot SD970 IS Digital Camera or equal to the below specifications 12.1 Megapixel Elph Digital Camera 5.0x optical zoom with optical Image Stabilization Smart Auto mode & Scene Detection Technology DIGIC 4 Processor Motion Detection Technology Face Detection Technology 3.0" Pure Color LCD II Screen I-Contrast Zoom Blur mode HD Video recording with HDMI connection, 2, EA; LI 002, Canon DC420 DVD Camcorder or equal to the below specifications DVD-R/-RW/-R DL SDHC Card Slot 1.07Mp 1/6" CCD Sensor Standard Definition 2.7" Widescreen LCD 48x Advanced Zoom 0.27" Viewfinder DIGIC DV II Quick Start Electronic Image Stabilization DVD-R/-RW/-R DL DIGIC DV II image processor USB 2.0 interface, 1, EA; LI 003, Lexar 4GB Professional 133x Secure Digital (SDHC) Card as long as it 4GB & compatible with the cameras Includes Image Rescue 3, 2, EA; LI 004, SanDisk 4GB Ultra II Secure Digital (SDHC) Card equal or compatible with the cameras Class 4 Performance, 10, EA; LI 005, Lowepro Rezo TLZ 20 Compact Holster-Style Bag (Black) equal or compatible to hold camera & lens Compact Holster-Style Bag Top-load Zoom Removable Shoulder Strap, 2, EA; LI 006, Nikon D90 SLR Digital Camera Kit with Nikon 18-105mm VR Lens & 70-300mm VR Lens or equal to the below specifications NOTE: PLEASE ENSURE QUOTE INCLUDES BOTH LENS 12.3 Megapixel DX Format CMOS Sensor 3" VGA LCD Display Live View Self Cleaning Sensor D-Movie Mode High Sensitivity (ISO 3200) 4.5 fps Burst In-Camera Image Editing, 2, EA; LI 007, Nikon EN-EL3e Rechargeable Lithium-Ion Battery or equal for Nikon D50, D70, D70s, D80, D90, D100, D200, D300 and D700 SLR Digital Cameras Voltage 7.4V 200 shots per charge, 2, EA; For this solicitation, DHS Immigration and Customs Enforcement intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Immigration and Customs Enforcement is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to providing pricing at www.FedBid.com for this solicitation, each offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to the point of contact in the FBO notice, so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Online Representations and Certifications Application (ORCA) Requirement - Company shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database. Company is required to complete HSAR Clause 3052.209-70 Prohibition on Contracts with Corporate Expatriates. Attached
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/COW/ICEOAQMD192109VBO00000235/listing.html)
- Place of Performance
- Address: Boston, MA 02222<br />
- Zip Code: 02222<br />
- Zip Code: 02222<br />
- Record
- SN01899356-W 20090806/090805001123-25eb493b7e48191037790135d0693f58 (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 |