Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2012 FBO #3898
SOLICITATION NOTICE

15 -- Aerial Camera

Notice Date
7/25/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336411 — Aircraft Manufacturing
 
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, United States
 
ZIP Code
20223
 
Solicitation Number
HSSS01-12-Q-0160
 
Archive Date
8/9/2012
 
Point of Contact
Kimberly S. Spangler, Phone: 2024066820
 
E-Mail Address
kimberly.spangler@usss.dhs.gov
(kimberly.spangler@usss.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; quotes are being requested and a written solicitation will not be issued. The solicitation number is HSSS01-12-Q-0160, a request for quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-58. This requirement is 100% set-aside for small business concerns. The North American Industry Classification System (NAICS) is 336411 with a small business size standard of 1,500 employees. The Government intends to award a competitive firm-fixed-price commercial purchase order for the U.S. Secret Service. This requirement is for one small radio controlled aerial camera system to support timely, geo-referenced overhead imagery in support of National Special Security Events. The product technical requirements are: Unmanned Aerial Vehicle based camera / sensor system Must be able to produce a Geo-referenced, Ortho-Rectified overhead image in Geo-tiff or Geo-Pdf format Aircraft Type: Fixed Wing Ability to Hover Weight: Under 5 lbs Flight Endurance: Minimum of 60 minutes High Definition Camera Sensor Power: Battery No launching mechanism required No catching required on landing Water Resistant Removable Sensor Pods for easy replacement Removable motors for easy replacement Training (on-site or local) Carrying/Shipping Case After submission of quotes an initial evaluation will be conducted to determine a competitive range of offers. Offerors selected for the competitive range will be required to provide a demonstration at a location in the Washington DC metropolitan area. Final selection will be based upon both the written quote and demonstrated performance. 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 quote, 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. FORMAT AND SUBMISSION OF PROPOSAL II. EVALUATION FACTORS III. PROVISIONS AND CLAUSES IV. ADDITIONAL INFORMATION FOR OFFERORS ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ I. FORMAT AND SUBMISSION OF PROPOSAL The deadline for receipt of quotes is August 8, 2012 by 12:00 pm EST. All documents required for submission of quote is listed in this section and must be sent to Kimberly Spangler via email to Kimberly.Spangler@usss.dhs.gov. Hard copy or faxed proposals shall not be accepted. Questions will be received by email to the same address no later than July 30, 2012 by 4:00 pm EST. Responses will be posted under this announcement on or about August 1, 2012. Part A. Pricing. The Offeror may submit its price quote in format customary to its normal business practices; however, the quotation must provide the following information: 1)Total price for quantity of one each aerial camera system meeting requirements as stated in this solicitation. If optional enhancements/features are offered they must be separately priced. 2)Manufacture name and part/product number. Part B. Delivery Schedule. The quotation must clearly indicate the estimated delivery date. Part C. Technical Specifications. The Offeror shall submit technical specifications for its offered product which, at a minimum, demonstrate that the technical requirements as stated by the Government are met. Any relevant documentation, such as product literature and warranties should also be submitted to support an evaluation of the offered product. Part D. Contractor Information: 1)Provide the name, title, telephone number, fax number, and email address of the point of contact. 2)Provide the contractor's nine-digit DUNS. This is used to verify that the vendor is in CCR. By submitting a quote, 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)Provide contractor's nine-digit TIN. The Taxpayer Identification Number is necessary for electronic payment. 4)If you have not completed the annual representations and certifications electronically through ORCA at http://orca.bpn.gov, then you must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. Part E. Past Performance. The Offeror shall provide a minimum of three references from clients making similar purchase. The references shall include: 1) Contact Name 2) Contact information (phone & email address) 3) Contract or order number 4) Description of product procured 5) Required delivery date & actual delivery date ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ II. EVALUATION FACTORS The Government will award a single purchase order 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: Technical compliance to the specifications, delivery schedule, past performance and price. Evaluation factors other than price, when combined, are significantly more important than price. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ III. 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 FAR 52.212-2 Evaluation of Commercial Items; Technical and past performance, when combined, are more important when compared to price 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. The following clauses are applicable: FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-14 Limitations on Subcontracting, 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 52.222-50 Combating Trafficking in Persons, FAR 52.232-33 Payment by Electronic Funds Transfer - Other than Central Contractor Registration 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/ HASR 3052.209-70 Prohibition on Contracts with Corporate Expatriates. USSS 3052.204-90 Unauthorized Use of the U.S. Secret Service Name ~~~~~~~~~~~~~~~~~~~~~~~~~~~~ IV. ADDITIONAL INFORMATION FOR OFFERORS Since this is a competitive requirement, please do not telephone with questions but email them. Email is the preferred method of communication; if you do not receive a confirmation response then your question was not received. Inquiries shall be emailed to Kim Spangler at Kimberly.Spangler@usss.dhs.gov. 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/HSSS01-12-Q-0160/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, 20223, United States
Zip Code: 20223
 
Record
SN02815482-W 20120727/120726000629-4904a1fdff0e55af353b86c062ec9047 (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.