Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 25, 2014 FBO #4535
MODIFICATION

66 -- Export Control Cooperation Equipment; and Related Installation, Maintenance, Repair, Training and Services

Notice Date
4/23/2014
 
Notice Type
Modification/Amendment
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
SAQMMA14I0019
 
Archive Date
5/30/2014
 
Point of Contact
Edward J. Baran, , Ava Donette Cappello,
 
E-Mail Address
baranej@state.gov, cappelload@state.gov
(baranej@state.gov, cappelload@state.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis, in support of market research purposes only. The Department of State's Office of Acquisition Management, on behalf of the Export Control and Related Border Security (EXBS) program is seeking potential small business sources that are capable of providing equipment, including emerging technologies, and related installation, maintenance, repair, training and support services to foreign governments, for use in enforcing strategic trade and border controls. As stipulated in FAR 15.201, responses to this Request for Information (RFI) are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Any information submitted by respondents to this Sources Sought is voluntary. This Sources Sought is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any Government assessments. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. The Government's evaluation of the Capabilities Package received will factor into whether any forthcoming solicitation will be conducted as a full and open unrestricted competition, a set-aside for small businesses, or any particular small business designation (e.g., HUBZone, VOSB, SDVOSB, SDB, WOSB, etc.). Should your firm be interested in this requirement, please electronically submit your company's Capabilities Package data in no more than 25 pages of 8.5" X 11", using at least 10 point font with 1 inch margins, and pages numbered consecutively. Capabilities Package: All interested small business firms shall submit a Capabilities Package that explicitly demonstrates company capabilities, indicating examples of key required components that include providing equipment, including emerging technologies, and related installation, maintenance, repair, training, and support services to foreign governments, for use in enforcing strategic trade and border controls. Key Required Components: --World-wide delivery of equipment and related services, at times in hazardous locations --Mobile container gamma ray scanning systems, (i.e.: Mobile container scanning system: gamma ray imaging for space-limited environments mounted on a rugged truck chassis; able to scan 60 or more trucks with containers per hour (such as MobileVACIS® Truck Mobile NII Cargo Inspection System)., --Lightweight hand-held Trace Detector/Analyzer,(i.e.: Handheld thermal imaging camera with 160x120 resolution, thermal sensitivity of < 50mK, range up to 1,500 ft (450 m); ruggedized, waterproof to 9ft and shockproof to 6ft and operational in temperatures from -4°F to 140°F (-20°C to 60°C); AA alkaline battery compatible (such as the Thermal Eye X-200xp); --Personal Gamma Ray Detector, (i.e.: Radiation Pager with cesium iodide scintillation detector that is 0.5" diameter x 1.5", 45 KeV low energy cutoff, less than one second response time, flashing yellow LED, audio, and vibrator alarms, seven segment LED display indicates radiation intensity, and modulated audio tone and high intensity daylight visible LED indicate radiation intensity (such as Sensor Technology Engineering Radiation Pager); --Weapon detection kits/equipment, (i.e.: Contraband Detection Kit for confined spaces that includes: 1 two-way 80-inch fiber optic inspection system, 1 Buster Density Meter, 1 Leica Disto Laser Rangefinder, 1 telescoping inspection mirror with flashlight attached, 1 steel inspection probe, 1 pocket pencil probe, 1 personal tool kit (with flashlight, probe, multi-tool and case), 1 digital camera and adaptor, and one carrying case); --Electronic sensors/detectors /vehicle (i.e.: All-Terrain Vehicle with 4-stroke, twin cylinder engine, 850cc, automatic transmission, selective drive system, electronic fuel injection, liquid cooling, aluminum wheels, seating for 2, minimum19.9 liter fuel capacity plus winch, front and real roll bar, tow hitch plastic rear trunk, plus helmet and protective glasses, and gloves for driver); --Protective equipment and night gear (i.e.: Floating Ballistic Vest for wear by law enforcement officers working in a maritime environment that includes break-away design, ballistic panels sealed within a waterproof bag and offer level IIIa protection, Black 220v Rechargeable Flashlight with 8 watt Halogen bulb, 3 LEDs providing up to 20 lumens, dual switch to select either light source, high-capacity sub-C, nickel-cadmium rechargeable battery, and lightweight nylon polymer case plus 220v charger and 12 v vehicle charger, and Gen III Night Vision Monocular with Head and Helmet Mounts that is a high performance modular, hand-held passive night vision monocular device with an 18mm Image Intensifier Tube, 1.3cm resolution, 27mm objective lens, 40 degrees field of view, 15mm focus range). The Capabilities Package should include at a minimum: i. Contractor Name ii. Address iii. Point of Contact with phone number(s) and email address iv. DUNS number v. Anticipated subcontractors and teaming arrangements, if any. Delineate between work to be accomplished by the prime, sub-contractors, and teaming partners; and percentage of work to be accomplished by the prime. vi. GSA contract and SIN numbers, or other established contract vehicles and numbers, if applicable. vii. Answers to Sources Sought Questions The North American Industry Classification System (NAICS) Code is 334519 Other Measuring and Controlling Device Manufacturing with a SBA Size Standard of 500 employees. Firms responding should indicate whether they are, or are not: Small business _____yes, or _____no, Veteran-owned small business _____yes, or _____no, Service-disabled veteran-owned small business _____yes, or _____no, HUBZone small business _____ yes, or _____no, Small disadvantaged business _____yes, or _____no, Women-owned small business concerns _____yes, or _____no. Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Questions 1. What is your company's experience with related requirements for course development, equipment training and delivery for an audience of more than 25 on topic? 2. This contract will require worldwide travel, shipping, and possible training deliveries. Does your company procure and deliver equipment to international destinations? If so, what countries do you have staff located in, to facilitate the logistics of equipment deliveries? 3. Does your company have experience procuring equipment from international destinations (in order to meet local regulations, it may be best to procure equipment from local-foreign manufacturer)? If so, please provide a few examples of what was purchased and the mechanism used. 4. What is your company experience with world-wide travel, at times in hazardous locations? If so, please explain in detail the locations, duration, work conducted during stay abroad, and how your company addressed security concerns. 5. Do the listed key required components for this equipment, including emerging technologies, and related installation, maintenance, repair, training, and support services to foreign governments for use in enforcing strategic trade and border controls meet the definition of FAR Subpart 2.1 Commercial Equipment for your company? If not, identify the key required components that preclude this as commercial equipment. 6. What are the customary Marketplace Terms and Conditions of firms engaged in the key required components, such as types of contracts, terms for warranties, financing, and discounts, considering the nature and risks associated with this scope? The Department is interested in hearing the strategies small businesses propose to lower the costs and to acquire efficient and effective key required components. 7. What are the types of key required components you manufacture? What are the types of key required components you are a non-manufacturer (dealer) for, including the names and size standard (small or large) of the manufacturers and whether the manufacturer is/is not located in the United States. All interested small business firms shall submit a response demonstrating their capabilities to provide such EXBS equipment and related services to the "Copy to" and "Primary Points of Contact" listed below with, "Response to SAQMMA14I0019," in the subject line. Do not respond via telephone. Responses Due Date: 3:00 P.M. Eastern Time on April 29, 2014 Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2014-04-21 14:32:34">Apr 21, 2014 2:32 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2014-04-23 10:56:28">Apr 23, 2014 10:56 am Track Changes The purpose of this Modification/Amendment is to clarify the Response Date is April 29, 2014, 3:00PM ET. The purpose of this Modification/Amendment is to clarify the Key Required Components. The Response Date remains unchanges at April 29, 2014, 3:00PM ET.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA14I0019/listing.html)
 
Place of Performance
Address: world wide, United States
 
Record
SN03346755-W 20140425/140423235326-70b53dae2f93663c65943f2e727e95a5 (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.