SOLICITATION NOTICE
58 -- Ballistic Hardware and Software - Equivalency Testing Requirements
- Notice Date
- 6/16/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223
- ZIP Code
- 20223
- Solicitation Number
- RFQ-231303
- Archive Date
- 7/31/2010
- Point of Contact
- Danielle M. Donaldson, Phone: (202) 406-6812
- E-Mail Address
-
danielle.donaldson@usss.dhs.gov
(danielle.donaldson@usss.dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Equivalency Testing Requirements This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is 231303, and is being issued as a request for proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-41. This requirement is 100% set-aside for total small business concerns. The North American Industry Classification System (NAICS) is 541511 with a small business size standard is $23.0 million. The Government intends to award a competitive firm fixed price contract. The resulting contract is targeted to be awarded by 20 July 2010 for 45 units of Ballistics Software Applications and Hardware. Units can be brand name or equal. If offeror is recommending an equal product, a sample product must be provided at offerors expense for testing. Test equivalency requirements are attached to this soliciation. The offeror shall also provide specifications delineating how the product is equal to or better than the brand name product, and must meet the modification requirements listed in this Solicitation. See PART I: MODIFICATIONS TO HARDWARE. A SAMPLE MUST BE PROVIDED IN SUPPORT OF PROPOSAL FOR EACH CLIN. TO BE CONSIDERED RESPONSIVE, THE SAMPLE MUST BE POSTMARKED NO LATER THAN 2 JULY 2010. SEE DELIVERY INSTRUCTIONS UNDER II, PART D SAMPLE. The sample product will be returned after testing. Product will be tested to be compatible with Vetronics Model 10/15 Range Finder and must provide the diagnostic data elements comparable to the brand name equipment. Potential offerors are hereby notified that the solicitation and subsequent amendments to the solicitation will only be available by downloading the documents at the Federal Business Opportunities Website at http://www.fbo.gov. This office will not issue hard copy solicitations. By submitting a proposal, the vendor will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. This Solicitation is comprised of: I. CONTRACT LINE ITEM (CLIN) SPECIFICATIONS II. FORMAT AND SUBMISSION OF PROPOSAL III. EVALUATION FACTORS IV. PROVISIONS AND CLAUSES V. ADDITIONAL INFORMATION FOR OFFERORS ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ I. CONTRACT LINE ITEM (CLIN) SPECIFICATIONS CLIN 0001 Recon Rugged PDA Qty. 45 SPECIFICATIONS: Windows 98se, ME, NT, 2000, XP, Vista, Windows 7 Minimum Pentium Processor 64MB RAM 10MB available disk space Special linking cable that will work with Vetronics Model 10/15 and must be compatible with Recon PDA and Horus AtragMX software. CLIN 0002 Horus AtragMX Professional Ballistic Software Qty. 45 SPECIFICATIONS: Transferable SD Chip, no syncing required Fits Palms and Pocket PCs Gun Data stored Target range estimator Target speed estimator Relative muzzle velocity vs. air temperature table Come-up table capabilities Storage of multiple load/gun types. Dual" Units of Measure Coriolis and Spin Drift Ballistic Coef Estimator Ballistic Coef Interpolation Multiple Targets Dual Wind Speeds Muzzle Velocity Interpolation Range Card Generator Gun List Save Multiple Gun List on "chip" Custom Notes for Guns Accurate targeting calculator Display in mils, MOA, clicks English and metric units Click memory CLIN 0003 Linking Cable (Cable that links the PDA to Vectronix PLRF) Qty. 15 ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ II. FORMAT AND SUBMISSION OF PROPOSAL Part A. PRICING AND AVAILABILITY - The offeror shall provide an FOB Destination "each" price for all CLINs, estimated delivery date after receipt of order, and a total order price based on the minimum order quantity. Part B. OFFEROR INFORMATION: The offeror shall provide: 1) Name, title, telephone number, fax number, and email address of the point of contact. 2) Nine-digit DUNS. The DUNS is used to verify that the vendor is in CCR. By submitting a proposal, the Offeror acknowledges the Government requirement to be in the Central Contractor Registration (CCR) database prior to award of any contract. Information about CCR may be found at www.ccr.gov. 3) Nine-digit TIN. The Taxpayer Identification Number is necessary for electronic payment. 4) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. If you have completed the annual representations and certifications electronically through ORCA at http://orca.bpn.gov, then provide a statement as such and it will be verified. Part C. PAST PERFORMANCE REFERENCES The offeror shall submit at least three references for current and past performance. Past Performance will be evaluated in terms of relevancy and currency (See Section III. Evaluation Factors). The submission of all references shall include the following information: (a) Contract Number(s); (b) Name and phone number of a point of contact at the Federal, State, Local Government or Commercial entity for which the contract was performed; (c) Email addresses for each point of contact (d) Dollar value of the Contract, and (e) The number, type and severity of any quality, delivery or cost problems in performing the contract, the corrective action taken and the effectiveness of the correct action. Part D. SAMPLE If not offering Brand name product a sample must be provided in support of quote for each CLIN. To be considered responsive, the sample must be postmarked no later than 2 July 2010. The tracking number and shipper must be submitted to Danielle.Donaldson@usss.dhs.gov. SAMPLE DELIVERY INSTRUCTIONS All boxes shall have the address of the final destination labeled on the box as stated at the bottom. Delivery for items with dimensions of 24" width by 32" height and 70 pounds or larger are required to go to the address below before proceeding to the final address below. The delivery truck shall first deliver to the following address for inspection: FPS Vehicle Inspection Facility 12th & C Street, SW Washington, DC 20224 Hours of operation at the FPS Vehicle Inspection Facility are 5am to 5pm (Mon - Fri). Phone number 202-345-7798 The delivery truck shall then proceed to the final address as follows: COMMUNICATIONS CENTER (PRO) ATTN: Danielle Donaldson 245 Murray Lane, SW, Bldg T-5 Washington DC, 20223 The deadline for receipt of quotes is 16 July 2010 by 1300 hours EST. All documents required for submission of quote must be sent to Danielle Donaldson via email to Danielle.Donaldson@usss.dhs.gov. Hard copy or faxed proposals shall not be accepted. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ III. EVALUATION FACTORS The Government will award a contract resulting from this solicitation to the lowest price technically acceptable offer. Each line item will be evaluated separately. Evaluation of price will be made on total price. Steps in the evaluation and award of this acquisition are as follows: 1. All offers found to be technically unacceptable shall be eliminated. Examples of reasons for being found unacceptable include but are not limited to: nonresponsive, debarred or suspended, prohibited source, or products which are submitted that fail to meet field testing evaluation for equivalency. 2. Past Performance will be evaluated in terms of relevancy and recent history. Relevance means references provided must relate to the same effort or similar one in both product and scale. Recent history means references provided on current or recently completed contracts within the past 3 years. Past performance will assess delivery and quality of product as it relates to probability of successful contract performance. 3. Offerors of technically acceptable products and having low risk to moderate past performance ratings will be ranked by price. 4. If the low offer is a domestic offer, award will be made to the low offer. If the low offer is a foreign offer and there are no domestic offers, award will be made to the low offer. If the low offer is a foreign offer and there are domestic offers, the foreign offer will be increased by an evaluation preference factor of 12 percent. If the evaluated price of the low foreign offer remains less than the lowest domestic offer, award will be made to the low foreign offer. If the price of the lowest domestic offer is less than the evaluated price of the low foreign offer, award will be made to the lowest domestic offer. If a tie results between a domestic offer and a foreign offer, award will be made to the domestic offer. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ IV. PROVISIONS AND CLAUSES FAR contract clauses may be accessed electronically at this address: Federal Acquisition Regulation (FAR): www.acquisition.gov/far FAR 52.204-7 Central Contractor Registration FAR 52.212-1 Instructions to Offerors--Commercial Items FAR 52.212-2 Evaluation--Commercial Items. Award will be based on lowest price technically acceptable (See Section III Evaluation Factors). The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement per line item. Multiple awards may be made if advantageous to the Government. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). FAR 52.212-3 Offerors Representations and Certifications--Commercial Items FAR 52-212-4 Contract Terms and Conditions--Commercial Items FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, FAR 52.219-6 Notice of Total Small Business Set-Aside, 52.219-28 Post Award Small Business Program Re-representation, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies, FAR 222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.232-33 Payment by Electronic Funds Transfer - Other than Central Contractor Registration, 52.225-1 Buy American Act, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contractor Registration. FAR 52.217-7 Option for Increased Quantity - Separately Priced Line Item. FAR 52.252-2 Clauses Incorporated by Reference HSAR contract clauses may be accessed electronically at this address: Homeland Security Acquisition Regulation (HSAR): http://www.dhs.gov/xopnbiz/regulations/ 3052.209-70 Prohibition on Contracts with Corporate Expatriates 3052.204-90 Unauthorized Use of the U.S. Secret Service Name ~~~~~~~~~~~~~~~~~~~~~~~~~~~~ V. ADDITIONAL INFORMATION FOR OFFERORS Since this is a competitive requirement, please do not telephone with questions but email them. Questions regarding the solicitation must be emailed to Danielle Donaldson at Danielle.Donaldson@usss.dhs.gov no later than 30 June 2010 by 1500 hours EST. If you do not receive a confirmation response then your question was not received. The deadline for receipt of quote is 16 July 2010 by 1300 hours EST. All documents required for submission of proposal must be sent to Danielle Donaldson via email to Danielle.Donaldson@usss.dhs.gov. Hard copy or faxed proposals shall not be accepted. Communications with other officials may compromise the competitiveness of this acquisition and result in cancellation of the requirement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/RFQ-231303/listing.html)
- Place of Performance
- Address: Communications Center (SOD), 245 Murray Lane, SW, Bldg. T-5, Washington, District of Columbia, 20678, United States
- Zip Code: 20678
- Zip Code: 20678
- Record
- SN02179246-W 20100618/100616235020-3405aaddcb73f8595888883495571467 (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 |