SOLICITATION NOTICE
63 -- Mobile Video Surveillance
- Notice Date
- 9/13/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 20598, United States
- ZIP Code
- 20598
- Solicitation Number
- HSTS05-12-Q-CLE002
- Archive Date
- 10/2/2012
- Point of Contact
- Peter S Larsen, Phone: 206-834-2429, Stacey M Walker, Phone: 206-834-2409
- E-Mail Address
-
peter.s.larsen@tsa.dhs.gov, stacey.walker@tsa.dhs.gov
(peter.s.larsen@tsa.dhs.gov, stacey.walker@tsa.dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the information in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; firm fixed price quotes are being requested and a written solicitation will not be issued. HSTS05-12-Q-CLE002 is issued as a Request for Quote. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60. The NAICS code is 334511 and the Small Business Standard is 750 employees. The Government anticipates awarding a firm fixed price purchase order. Schedule of Supplies Venture Tec LLC MVS System with Dual Head CCTV/Thermal Camera or equal Salient characteristics of MVS System: 1. Infra-red camera for remote telescoping, mast mounted. 25X Optical/12X Digital zoom. Trailer hitch compatible. Weight must not exceed 100 lbs. IR Camera w/ 26 zoom and Color/NIR video imaging; 25X Optical/12X Digital Zoom; Solid Cast Aluminum Housing; Image Stabilization; Compact and Lightweight; Quick Disconnect; Lower Power (12-24 Volt Vehicle Power; Anti fogging camera lens for sudden temperature changes; Deployed height of 29 to 32 Feet on Mast. Micro Digital Video Recorder - At least 5.5" TFT Display; 30GB Hard Drive or Larger; Record up to 30 Hours of video in.AVI format; Uses vehicle lighter outlet; Time Stamp/titling in Video; External connectors - RCA out, HiDef, Image stability Electric Air Pump - Pneumatically raises mast - 12 Volt Power 36X Optical Upgrade - Increase optical zoom from 25X to 36X for max distance viewing remote controller/monitor. 2. Micro Digital DVR. 3.Electric air pump. 4. 36X Optical Upgrade Item No. Quantity: Unit: Unit Price: Amount: 00001 1 IR Camera 00002 1 M-D DVR 00003 1 Electric air pump 00004 1 36X Optical upgrade Quoters are to provide F.O.B destination pricing. All unit pricing must be inclusive of shipping, as a separately priced item for shipping will not be included on the resultant order. Delivery is required no later than October 25, 2012. Deliver to: Cleveland Hopkins International Airport 20445 Emerald Parkway DR. SW. STE 300 Cleveland, OH 44135. Packing, and preservation shall be in accordance with best commercial practices. Please provide detailed information on the items quoted (manufacturer, item number, etc.). The following clauses/provisions are hereby incorporated. (No addenda are attached.) FAR Clauses 52.212-1 Instruction to Offerors- Commercial Items; FAR 52.212-3 Offeror Representations and Certifications- Commercial Items (no addenda are attached); FAR 52.212-4 Contract Terms and Conditions- Commercial Items. Offerors are reminded to include a completed copy of the provisions at FAR 52.212-3 Offeror Representations and Certifications- Commercial Items, with its offer. To view the clauses in full text, visit www.acquisition.gov/far. Offerors must be registered in the SAM database prior to award. Registration is free. https://www.sam.gov/portal/public/SAM/ The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition (Aug 2012). 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: _X_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). _X_ (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). _X_ (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). _X_ (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). _X_ (16) 52.219-13, Notice of Set-Aside of Orders (Nov 2011)(15 U.S.C. 644(r)). _X_ (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). _X_ (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). _X_ (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). _X_ (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). _X_ (40)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (May 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, and 112-42). _X_ (ii) Alternate I (Mar 2012) of 52.225-3. _X_ (42) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X_ (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). CONTRACTING OFFICER (CO) The Contracting Officer is the only person authorized to make any changes, approve any changes in the requirements of this contract, issue orders, obligate funds and authorize the expenditure of funds, and notwithstanding any term contained elsewhere in this contract, such authority remains vested solely in the Contracting Officer. (For further information, the Contracting Officer is a federal government employee who is specifically authorized and appointed in writing under specified agency procedures and granted the authority to enter into, administer, and/or terminate contracts and make related determinations and findings.) In the event, the Contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. The following Primary Contracting Officer is assigned to this contract. Alternate Contracting Officers may be assigned: TSA Contracting Officer: NAME: Stacey Walker PHONE NUMBER: 206-834-2409 EMAIL: Stacey.Walker@tsa.dhs.gov CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR) AND TECHNICAL MONITORS The principle role of the COTR is to support the Contracting Officer in managing the contract. This is done through furnishing technical direction within the confines of the contract, monitoring performance, ensuring requirements are met within the terms of the contract, and maintaining a strong relationship with the Contracting Officer. As a team the Contracting Officer and COTR must ensure that program requirements are clearly communicated and that the agreement is performed to meet them. The principle role of the Technical Monitor (TM) is to support the COTR on all work orders, tasks, deliverables and actions that require immediate attention relating to the approved scope and obligated funding of the contract action. The Contracting Officer hereby designates the individual(s) named below as the Contracting Officer's Technical Representative(s) and Technical Monitor(s). Such designations(s) shall specify the scope and limitations of the authority so delegated. TSA COTRs: To be determined (TBD) NAME: TBD PHONE NUMBER: TBD EMAIL: TBD The COTR(s) and TM(s) may be changed at any time by the Government without prior notice to the Contractor, but notification of the change, including the name and phone number of the successor COTR, will be promptly provided to the Contractor by the Contracting Officer in writing. The responsibilities and limitations of the COTR are as follows: • The COTR is responsible for the technical aspects of the project and technical liaison with the Contractor. The COTR is also responsible for the final inspection and acceptance of all reports and such other responsibilities as may be specified in the contract. • The COTR may designate assistant COTR(s) to act for him/her by naming such assistant in writing and transmitting a copy of such designation through the Contracting Officer to the Contractor. • The COTR will maintain communications with the Contractor and the Contracting Officer. The COTR must report any observed fraud, waste, or opportunities to improve performance of cost efficiency to the Contracting Officer. • The COTR will immediately alert the Contracting Officer to any possible Contractor deficiencies or questionable practices so that corrections can be made before the problems become significant. • The COTR is not authorized to make any commitments or otherwise obligate the Government or authorize any changes which affect the contract's price, terms or conditions. Any Contractor request for changes shall be referred to the Contracting Officer directly or through the COTR. No such changes shall be made without the expressed prior authorization of the Contracting Officer. • The COTR is not authorized to direct the Contractor on how to perform the work. • The COTR is not authorized to issue stop-work orders. The COTR may recommend the authorization by the Contracting Officer to issue a stop work order, but the Contracting Officer is the only official authorized to issue such order. • The COTR is not authorized to discuss new proposed efforts or encourage the Contractor to perform additional efforts on an existing contract or order. "SUBMISSION OF INVOICES - Commercial" (a) Background: The Transportation Security Administration (TSA) partners with the United States Coast Guard Finance Center for financial services in support of TSA operations, including the payment of contractor invoices. Therefore, all contractor invoices must be submitted to, and will be paid by, the U.S. Coast Guard Finance Center (FinCen). (b) Invoice Submission Method: Invoices may be submitted via facsimile, U.S. Mail, or email. Contractors shall utilize ONLY ONE method per invoice submission. The submission information for each of the methods is as follows in order of preference: 1) Facsimile number is: 757-413-7314 The facsimile number listed above shall be used by contractors for ORIGINAL invoice submission only. If facsimile submission is utilized, contractors shall not submit hard copies of invoices via the U.S. mail. It is the responsibility of the contractor to verify that invoices are received, regardless of the method of submission used. Contractors may inquire regarding the receipt of invoices by contacting the U.S. Coast Guard Finance Center via the methods listed in subparagraph (d) of this clause. 2) U.S. Mail: United States Coast Guard Finance Center TSA Commercial Invoices P.O. Box 4111 Chesapeake, VA 23327-4111 3) Email Invoices: FIN-SMB-TSAInvoices@uscg.mil or www.fincen.uscg.mil (c) Invoice Process: Upon receipt of contractor invoices, FinCen will electronically route invoices to the appropriate TSA Contracting Officer's Technical Representative and/or Contracting Officer for review and approval. Upon approval, the TSA will electronically route the invoices back to FinCen. Upon receipt of certified invoices from a Authorized Certifying Official, FinCen will initiate payment of the invoices. Note for discounts offered: Discounts on invoices. If desired, the Contractor should offer discounts directly upon the invoice submitted, clearly specifying the terms of the discount. Contractors can structure discounted amounts for payment for any time period less than the usual thirty day payment period specified under Prompt Payment requirements; however the Contractor should not structure terms for payment of net amounts invoiced any sooner than the standard period required under FAR Subpart 32.9 regarding prompt payments for the specified deliverables under contract. Discounts offered after invoice submission. If the Contractor should wish to offer a discount on a specific invoice after its submission for payment, the Contractor should submit a letter to the Finance Center identifying the specific invoice for which a discount is offered and specify the exact terms of the discount offered and what time period the Government should make payment by in order to receive the discount. The Contractor should clearly indicate the contract number, invoice number and date, and the specific terms of the discount offered. Contractors should not structure terms for net amount payments any sooner than the standard period required under FAR Subpart 32.9 regarding prompt payments for the specified deliverables under contract. (d) Payment Status: Contractors may inquire on the payment status of an invoice by any of the following means: (1) Via the internet: https://www.fincen.uscg.mil Contacting the FinCen Customer Service Section via telephone at 1-800-564-5504 or (757) 523-6940 (Voice Option #1). The hours of operation for the Customer Service line are 8:00 AM to 5:00 PM Eastern Time, Monday through Friday. However, the Customer Service line has a voice-mail feature that is available 24 hours per day, 7 days per week. (2) Via the Payment Inquiry Form: https://www.fincen.uscg.mil/secure/payment.htm (e) Invoice Elements: Invoices will automatically be rejected if the information required in subparagraph (a)(2) of the Prompt Payment Clause, contained in this Section of the Contract, including EFT banking information, Taxpayer Identification Number (TIN), and DUNS number are not included in the invoice. All invoices must clearly correlate invoiced amounts to the corresponding contract line item number and funding citation. The Contractor shall work with the Government to mutually refine the format, content and method of delivery for all invoice submissions during the performance of the Contract. (f) Supplemental Invoice Documentation: Contractors shall submit all supplemental invoice documentation (e.g. copies of subcontractor invoices, travel vouchers, etc) necessary to approve an invoice along with the original invoice. The Contractor invoice must contain the information stated in the Prompt Payment Clause in order to be received and processed by FinCen. Supplemental invoice documentation required for review and approval of invoices may, at the written direction of the Contracting Officer, be submitted directly to either the Contracting Officer, or the Contracting Officer's Technical Representative. Note for "time-and-material" type contracts: The Contractor must submit the following statement with each invoice for labor hours invoiced under a "time-and-materials" type contract, order, or contract line item: "The Contractor hereby certifies in accordance with paragraph (c) of FAR 52.232-7, that each labor hour has been performed by an employee (prime or subcontractor) who meets the contract's specified requirements for the labor category invoiced." (g) Additional Invoice Preparation Instructions for Software Development and/or Hardware. The Contractor shall clearly include a separate breakdown (by CLIN) for any software development activities (labor costs, subcontractor costs, etc) in accordance with Federal Accounting Standards Advisory Board Statement of Federal Financial Accounting Standards Number 10 (Preliminary design costs, Development costs and post implementation costs) and cite payment terms. The contractor shall provide make and model descriptions as well as serial numbers for purchases of hardware and software (where applicable.) TSA SPECIAL CONTRACT REQUIREMENTS (February 2012) DISCLOSURE OF INFORMATION Information furnished by the Contractor under this contract may be subject to disclosure under the Freedom of Information Act (FOIA). Therefore, all items that are confidential to business, or contain trade secrets, proprietary, or personally-identifiable information must be clearly marked. Any information made available to the Contractor by the Government must be used only for the purpose of carrying out the requirements of this contract and must not be divulged or made known in any manner to any person except as may be necessary in the performance of the contract. In performance of this contract, the Contractor assumes responsibility for protection of the confidentiality of Government records and information and must ensure that all work performed by its Subcontractor(s) shall be under the supervision of the Contractor or the Contractor's employees PUBLICITY AND DISSEMINATION OF CONTRACT INFORMATION Publicity releases or commercial advertising in connection with or referring to this contract or effort shall not be made by the Contractor unless prior written approval has been received from the Contracting Officer. The Contractor shall not publish, permit to be published, or distribute for public consumption, any information, oral or written, concerning the results or conclusions made pursuant to the performance of this contract, without the prior written consent of the Contracting Officer. Two copies of any material proposed to be published or distributed shall be submitted to the Contracting Officer. A minimum of five full business days' notice is required for requests made in accordance with this provision. ADVERTISING OF AWARD The contractor shall not refer to contract awards in commercial advertising in such a manner as to state or imply that the product or service provided is endorsed or preferred by the Federal Government or is considered by the Government to be superior to other products or services. MAJOR BREACH OF SAFETY OR SECURITY (a) Safety is the freedom from those conditions that can cause death, injury, occupational illness, damage to or loss of equipment or property, or damage to the environment. Safety is essential to TSA and compliance with safety standards and practices is a material part of this contract. A major breach of safety may constitute a breach of contract that entitles the Government to exercise any of its rights and remedies applicable to material parts of this agreement, including termination for default. A major breach of safety must be related directly to the work on the agreement. A major breach of safety is an act or omission of the Contractor that consists of an accident, incident, or exposure resulting in a fatality, serious injury, or mission failure; or in damage to equipment or property equal to or greater than $1 million; or in any "willful" or "repeat" violation cited by the Occupational Safety and Health Administration (OSHA) or by a state agency operating under an OSHA approved plan. (b) Security is the condition of safeguarding against espionage, sabotage, crime (including computer crime), or attack. A major breach of security may constitute a breach of contract that entitles the Government to exercise any of its rights and remedies applicable to material parts of this agreement, including termination for default. A major breach of security may occur on or off Government installations, but must be related directly to the work on the agreement. A major breach of security is an act or omission by the Contractor that results in compromise of classified information or sensitive security information or sensitive but unclassified information, including contractor proprietary information, illegal technology transfer, workplace violence resulting in criminal conviction, sabotage, compromise or denial of information technology services, equipment or property damage from vandalism greater than $250,000, or theft greater than $250,000. NOTE: Breach of Security for the purposes of this definition should not be confused with breach of security in screening operations. (c) In the event of a major breach of safety or security, the Contractor shall report the breach to the Contracting Officer. If directed by the Contracting Officer, the Contractor shall conduct its own investigation and report the results to the Government. The Contractor shall cooperate with the Government investigation, if conducted. INSTRUCTIONS TO OFFERORS Quotes shall be submitted to Peter.S.Larsen@tsa.dhs.gov no later than 4:00 P.M. PT on September 17, 2012. Questions regarding this solicitation shall be directed to Peter.S.Larsen@tsa.dhs.gov.Your quote must clearly identify the make/model/part number of all items quoted. If you quote on an equivalent product, you must provide sufficient product literature and information in order for the government to determine technical acceptability. You must provide the place of manufacture with your quotation. EVALUATION OF QUOTATIONS One or more awards may be made, for any combination of the line items herein, to the contractor proposing the lowest priced quote of technically acceptable products to the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS05-12-Q-CLE002/listing.html)
- Place of Performance
- Address: Cleveland Hopkins International Airport, 20445 Emerald Parkway Drive SW STE 300, Cleveland, Ohio, 44135, United States
- Zip Code: 44135
- Zip Code: 44135
- Record
- SN02881848-W 20120915/120914001542-2fc55267f7f3947ff5a870a6fe4f39d8 (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 |