Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2011 FBO #3562
SOLICITATION NOTICE

58 -- COVERT CAMERA SYSTEM

Notice Date
8/24/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Interior, Bureau of Land Management, Oregon Region, 333 SW 1st Avenue, Portland, Oregon, 97204
 
ZIP Code
97204
 
Solicitation Number
L11PS01011
 
Archive Date
9/17/2011
 
Point of Contact
Richard Dandasan,
 
E-Mail Address
richard_dandasan@blm.gov
(richard_dandasan@blm.gov)
 
Small Business Set-Aside
N/A
 
Description
This is an unrestricted 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; request for quotation are being requested and a written solicitation will not be issued. The solicitation number is L11PS01011 and is issued as a request for quotation (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 561621 with a small business size standard of $12.5 million. The Bureau of Land Management requires the following items, Exact Match Only, to the following products from Intellicam, LLC: System LL Low Light Digital Mini-Cam Video Surveillance System (3 Each), LRC-50 Long Range Color Camera with 50 mm lens (5 Each), RPT-2 Wireless Repeater for 900 series IR Sensors (4 Each), IR-901B Passive Infrared Sensor (3 Each), SA900B Seismic Sensor (5 Each), MAG-1 Magnetic Sensor (5 Each). This will be a firm fixed-price contract for the Bureau of Land Management, 333 S.W. 1st Avenue, Portland, OR 97204. EVALUATION FACTORS FOR AWARD - Award will be made on an all or none basis to the responsible firm whose quote is most advantageous to the Government based on lowest price and past performance. The Government may reject any or all quotes, issue orders to other than the lowest quote, and waive minor informalities or irregularities in quotes received. If necessary, the Government may conduct discussions with any or all quoters. QUOTATIONS SHALL INCLUDE: 1) Unit price per item and Total Amount., 2) Completed FAR provision 52.212-3 Offeror Representations and Certifications-- Commercial Items. (See below). 3) Quoters shall submit signed and dated quotes on letterhead stationery or SF-18, identifying any payment discount terms. SHIPPING AND DELIVERY: Delivery shall be standard commercial practice and in a manner that will insure arrival at destination in a satisfactory condition and be acceptable to the carrier for safe transportation at the most economical rate F.O.B. to the Bureau of Land Management. Product shall not be delivered on Saturday, Sunday, or federal holidays. Delivery location is at Bureau of Land Management, 14015 NE Airport Way, Building B, Portland, OR 97230. ESTIMATED DELIVERY: September 26, 2011. ACCEPTANCE: Final inspection and acceptance will be made by the Government at the place of delivery. Electronic Invoicing and Payment Requirements - Internet Payment Platform (IPP) (February 2011). Payment requests must be submitted electronically through the U.S. Department of the Treasury's Internet Payment Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract. The IPP website address is: https://www.ipp.gov. Under this contract, the document is required to be submitted as an attachment to the IPP invoice: 1. Copy of Company Generated Invoice. The Contractor must use the IPP website to enroll, access and use IPP for submitting requests for payment. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer. 52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far, http://www.doi.gov/pam/aindex.html. 52.247-34 F.O.B. Destination (NOV 1991), 52.253-01 Computer Generated Forms (JAN 1991), 52.204-7 Central Contractor Registration, (APR 2008), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders¿Commercial Items (DEC 2010), (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010), 52.219-28 Post-Award Small Business Program Representation (APR 2009), 52.209-6 Protecting the Government¿s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010), 52.222-3 Convict Labor (JUN 2003), 52-222-19 Child Labor- Cooperation with Authorities and Remedies (JUL 2010), 52.222 21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26Equal Opportunity (MAR 2007), 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), 52.232-33Payment Electronic Funds Transfer Central Contractors Registration (OCT 2003), Solicitation Provisions: 52.212-1 Instructions to offerors - commercial items (JUN 2008), 52.212-2 Evaluation - Commercial Items (1999), 52.212-4 Terms and Conditions - Simplified Acquisitions, (MAR 2009)(Commercial Item). 52.222-22 Previous Contract and Compliance Reports (FEB 1999): The offeror represents that - (a) It ❏ has, ❏ has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) It ❏ has, ❏ has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. Quotations shall be sent to Bureau of Land Management, Oregon State Office (OR-952), P.O. Box 2965, Portland, Oregon 97208 by 3:30 p.m. local time on or before September 2, 2011. FAX quotes will be accepted at 503-808-6312 and e-mail quote and questions will be accepted at BLM_OR_SO_952_Mail@blm.gov. The Administrative Contract Specialist for this RFQ is Richard Dandasan, and he can be contacted at telephone no. 503-808-6220. NAICS Code: 334511
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/OR/L11PS01011/listing.html)
 
Record
SN02548387-W 20110826/110825000835-3bd1276c899c6f8fb17bd51ad4403cf9 (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.