SOLICITATION NOTICE
J -- D-12-NC-0093
- Notice Date
- 5/11/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, None, Washington, District of Columbia, 20537
- ZIP Code
- 20537
- Solicitation Number
- D-12-NC-0093
- Archive Date
- 6/2/2012
- Point of Contact
- Yokita M Davis, Phone: (202) 307-7832
- E-Mail Address
-
yokita.m.davis@usdoj.gov
(yokita.m.davis@usdoj.gov)
- Small Business Set-Aside
- N/A
- 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 written solicitation will not be issued. The Drug Enforcement Administration (DEA) intends to award a sole source purchase order to Perceptics for the acquisition of an extended warranty for License Plate Readers trailers in (Falfurrias, TX, C-29 Laredo, TX and Padre Island, TX) for the period of 5/25/2012 - 5/24/2013. Extended Warranty for LPR system (pricing per lane, per year) Extended Warranty Plus services required for the life of systems installed 4 - Preventative maintenance onsite services Onsite call-out service (2 business day response as needed to repair equipment Onsite repairs should be done during normal business hours (8:00 a.m. - 5:00 p.m. / Monday - Friday) Server maintenance renewal for (8) power edge R200 LPR-GT LPR Data analysis and LPR configuration file update. These are services to analyze (ground truth) the data and images captured from an existing LPR installation to support updated configuration files for the system (500 images) The following FAR Part 12.3 provisions and clauses are applicable to the acquisition: 52.212-1 (Feb 2012) Instructions to Offeror's-Commercial Items; 52.212-2 (Jan 1999) Evaluation-Commercial Items; The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Past Performance: The Government will evaluate each Offeror experiences that are of similar nature to the work to be performed under the requirement described in this rfq. The quality of the Offeror's past performance will be evaluated based on comparison of three Past Performance packages submitted (e.g. Contractor Performance Assessment Reporting System (CPARS). This evaluation will include assessments of the Offeror's resilience in the face of trouble, resourcefulness, and management determination to see that the organization lived up to commitments or standards in the performance of the work. The Government will evaluate the degree to which the Offeror supplies examples of accomplishments to indicate an ability to implement the proposed methods and techniques for solving problems. Each offeror must submit three past performance reports with the same or similar services being addressed in the rfq. Offeror with no relevant past performance history shall receive the rating of "neutral," meaning the rating is treated neither favorably nor unfavorably pursuant to FAR 15.305(a)(2)(iv). (2) Technical Capability: The contractor shall provide a plan that demonstrates how each site/location and maintenance task will be completed. (3) Delivery: The contractor shall demonstrate its ability to meet delivery schedules for the cited tasks in the RFQ. Price will also be considered. All sources shall submit a quotation and three past performance examples which will be evaluated. Past Performance and Technical; when combined is equally as important. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3 (Feb 2012) Offeror Representation and Certifications-Commercial Items; 52.212-4 (Jun 2010) Contract Terms and Conditions-Commercial Items; 52.212-5 (Feb 2012) Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The additional clauses cited within this clause are applicable. The award will be based on the most advantageous to the government. Price and other factors will be considered. Responses shall be submitted electronically to yokita.m.davis@usdoj.gov. The deadline for questions is 5/15/2012 at 10:00 a.m. EST. All questions must be submitted in writing. Closing date for receipt of quotes is 5/18/2012 at 12:00 p.m. EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/DEA/OAM/D-12-NC-0093/listing.html)
- Record
- SN02745965-W 20120513/120511235306-6bc4d0447e12568841899f36e3bea1fb (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 |