Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2009 FBO #2840
MODIFICATION

58 -- Three (3) Low Energy Drive Through Portal Non-Intrusive Inspection Systems

Notice Date
9/1/2009
 
Notice Type
Modification/Amendment
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
 
ZIP Code
20229
 
Solicitation Number
HSBP1009RFP20045814
 
Archive Date
9/23/2009
 
Point of Contact
Charles H. Gibbs, Phone: 2023443192, Anthony D. Harvin, Phone: (202) 344-1127
 
E-Mail Address
charles.gibbs@associates.dhs.gov, anthony.harvin@dhs.gov
(charles.gibbs@associates.dhs.gov, anthony.harvin@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
EVALUATION FACTORS FOR AWARD PROPOSAL EVALUATION CRITERIA a.Project Management Plan, Service Capabilities, Security Plan b.Technical Criteria c.Production capabilities to meet the governments’ delivery schedule. d.Past performance on earlier CBP orders, including quality, timeliness and cost control e.Potential impact on other orders placed with a CBP contractor. SELECTION FOR AWARD The delivery order award shall be made to that responsible offeror whose offer represents the best value to the Government. The Government shall determine the best value based on the factors described in this RFP. The Government reserves the right to make an award to other than the lowest priced offer or to make an award to other than the offer with the best technical evaluation score or rating, if the Contracting Officer determines that to do so would result in the best value to the Government. Although technical capabilities and operational impacts are the most important factors, price is an important factor as well. In the event that offerors are considered substantially equal overall in technical score or rating, price may become the deciding factor. The Contracting Officer has the right to determine whether two or more proposals are “substantially equal” or whether any differences in technical weight are “significant” for purposes of evaluating the overall merit of proposals. TECHNICAL EVALUATION CRITERIA LE Drive Through Portal RFP Technical Evaluation Criteria ScoreCriteria 5%Project Management Plan Scheduling Points of Contact Overall Management Work Breakdown Structure 55%Technical Scope – Dose Rates, Image, and Material Discrimination. System – Installation Requirements, Footprint, Environment Limits, Operating Hours, Start-up Time, and Throughput. Imaging – Detection, Resolution, Contrast, Field of View, Image Analysis Tools, Database Functions, Capturing & Storing, Exporting, and Copying. Radiation Safety – Dose Rate, Radiation Control Zone, Driver & Passengers, Operators, Pedestrians, and General Public. Ancillary – Operator’s Booth, second analysis station, License Plate Reader, Vehicle Gauge, Red/Green Light Notification, Surveillance Cameras, and Car Pusher. Computer Security – Levels of Access, Login, User Name & Password, and User Tracking. 15%Production Capability Timeliness – Ability to meet delivery date for first unit, and ability to meet delivery dates for subsequent units. Quality – Quality Assurance Program. Testing – Acceptance Test Plan, Contractor Factory Acceptance Test (FAT), 40- hour Burn-in, and FAT documentation. 20%Past Performance Installation – Submittal of required installation documents, timeliness and ease of installation, and number of facility discrepancies. Testing – Appearance and workmanship of delivered systems, number of discrepancies noted during testing, and the number of times the FAT or Site Acceptance Test (SAT) had to be repeated Manuals – Timeliness of submittals and quality of manuals. Training – Quality of training. Maintenance – Operational Availability, number of failures, and timeliness of corrective action. 5%Impact on Other Orders
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/HSBP1009RFP20045814/listing.html)
 
Place of Performance
Address: Department of Homeland Security, U.S. Customs and Border Protection, Procurement Directorate, 1331 Pennsylvania Avenue, NW, Suite 1310 NP, Washington, District of Columbia, 20004, United States
Zip Code: 20004
 
Record
SN01935353-W 20090903/090902003527-c5c1b29ea2b51f791ab4d9941257639b (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 |
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.