SOLICITATION NOTICE
52 -- Teletrix SD418 Simulated Alarming Dosimeter Package w/case
- Notice Date
- 4/5/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, NETC & Regional Support Section, Office of Acquisition Management, 16825 South Seton Avenue, Emmitsburg, Maryland, 21727, United States
- ZIP Code
- 21727
- Solicitation Number
- HSFEEM-11-Q-0027
- Archive Date
- 6/30/2011
- Point of Contact
- Laura B. Harshbarger, Phone: 3014477611, Gary Patrick Topper, Phone: 301-447-7280
- E-Mail Address
-
laura.harshbarger@dhs.gov, gary.topper@dhs.gov
(laura.harshbarger@dhs.gov, gary.topper@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 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 is Request for Quote (RFQ) number HSFEEM-11-Q-0027. Provisions and clauses in effect through Federal Acquisition Circular 05-43 are incorporated. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil/. The NAICS code is 334519, with a small business size of 500 employees. This acquisition is 100% set-aside for Small Business Concerns. All qualified Small Business Concern vendors that are able to provide the Brand Name Only Teletrix SD418 Alarming Dosimeter Package, are encouraged to submit a quote. THIS IS A BRAND NAME ONLY REQUIREMENT. All products and support shall be provided NEW from the original manufacturer, Teletrix Corporation. Used products, refurbished products, or products through third party shall not be accepted. No other product from any other manufacturer shall be acceptable. Warranty: Standard Commercial Warranty shall be as specified. Installation is not required. The rationale for Brand Name Only stems from the requirement of CDP to continue to support SD418s and SP418 Probe Paks previously acquired by the CDP. Existing configurations in CDP training require like instrumentation to supplement existing stocks. If, in fact, other manufacturers provided like instrumentation, introducing their products into the courses listed herein is not a viable option, because of the limited amount of time for instruction on instrument operation, learning and understanding display screens, teaching instrument abilities and limitations, and then applying the knowledge by using the instrument in a training situation. In addition, the Government would incur a substantial duplication of cost to accept other manufacturers' items that is not expected to be recovered through a competition. The Federal Emergency Management Agency request quotes from qualified sources capable of providing Twelve (12) Teletrix SD418 Simulated Alarming Dosimeter packages with carrying cases (Brand Name Only). Specifically, the system shall include all of the following: •1) Description: Twelve (12) SD418 Alarming Dosimeter Packages. Package includes: •a) One (1) SD418 Simulated Alarming Dosimeter. Top mounted alpha-numeric LCD display, customizable alarm tones and powered by AAA alkaline batteries. Simulated Alarming Dosimeters are setup to accumulate dose with SP418 Probe Paks with configuration to be determined at time of order. •b) One (1) SDR 418 Remote Controller with 8 preset values (to be determined at the time of ordering) •c) One (1) set of AAA alkaline batteries •d) One (1) Owner's Manual •e) One (1) Carrying Case model #1200 EVALUATION FACTORS FOR AWARD: FEMA intends to award one Firm Fixed Price Purchase Order based on Low Priced Technically Acceptable (LPTA) for this Brand Name Only requirement. Evaluation of price will be based on the offeror's aggregate price for all supplies or services as required above. Factor 1 - Technically Acceptable means offeror provides new products as detailed above. All items shall be quoted; incomplete quotes may not be considered. This is an "All or Nothing" acquisition. Offerors shall submit their Delivery time as estimated from after receipt of order (ARO). Factor 2 - Price, inclusive of any shipping costs to Anniston, AL (36205), shall be evaluated. Award will be made on the basis of the lowest evaluated price of the quote meeting or exceeding the Factor 1. Past performance is not an evaluation factor for this acquisition. The offeror's initial quote shall contain the offeror's best terms from a total price (including any applicable shipping costs) and technical standpoint. The Government intends to evaluate quotes and award a delivery order without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. FAR Provisions & Clauses: FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED; FAR 52.212-3, Offeror 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. In compliance with said clause, the following FAR clauses apply: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-6, Notice of Total Small Business Set Aside; 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; 52.222-36, Affirmative Action for Handicapped Workers with disabilities; 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) Offerors are reminded to include a completed copy of 52.212-3 with RFQ response, or provide an affirmative response that the offeror is registered in ORCA and all information in ORCA is current and complete. All clauses shall be incorporated by reference or full text in the purchase order. Other Administrative Instructions: Central Contractor Registration (CCR). In accordance with FAR 52.212-4, Offerors shall be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov ; provide DUNS number; Cage Code and TIN. Please submit email quotes (using PDF, MS Word or Excel attachments) to Laura Harshbarger at laura.harshbarger@dhs.gov. Quotes are due by 12:00 pm Eastern on 20 April 2011. Any questions must be addressed to Laura Harshbarger by email only NLT 18 April 2011. No phone calls accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/NETC/HSFEEM-11-Q-0027/listing.html)
- Place of Performance
- Address: Center for Domestic Preparedness, 40 Twill Lane, ATTN: Monica Sheffield, Anniston, Alabama, 36205, United States
- Zip Code: 36205
- Zip Code: 36205
- Record
- SN02417153-W 20110407/110405234604-77749955e33473deaec487b47bcce6ed (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 |