SOLICITATION NOTICE
66 -- X-Ray Imaging Device & Training
- Notice Date
- 3/9/2018
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 7701 N Stemmons Freeway Suite 300, Dallas, TX 75247
- ZIP Code
- 75247
- Solicitation Number
- 70CMSD18Q00000007
- Response Due
- 3/19/2018
- Archive Date
- 9/15/2018
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 70CMSD18Q00000007 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. The associated North American Industrial Classification System (NAICS) code for this procurement is 334511 with a small business size standard of 750.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-03-19 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Lorton, VA 22079 The DHS Immigration and Customs Enforcement (ICE) requires the following items, Brand Name Only (Exact Match), to the following: LI 001: HEURESIS HBI-120 HANDHELD X-RAY IMAGING DEVICE, 2, EA; LI 002: TRAINING (include travel expenses in this line item). - Training Location: Two (2) training locations- Calexico, CA 92243 AND Buffalo, NY 14202 (POC will be provided at time of award for exact addresses). - Training will be provided by experienced retired and former law enforcement personnel. - Training shall be provided no later than 30 days after the devices have been received. - Duration of Training: four to six (4-6) hours per location depending upon class interaction. -Number of trainers at each location: one (1). -Training will consist of classroom and hands-on training. Classroom training will be video/slide/PowerPoint presentation, and hands-on will involve the vendor "pre-concealing" simulated contraband in and around a rental vehicle which the vendor provides at no additional cost to the Government. -24/7/365 Technical Support Line., 2, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Immigration and Customs Enforcement (ICE) intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Immigration and Customs Enforcement (ICE) is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. For Exact Match Only Commodity Buys- NO SUBSTITUTIONS, EXACT MATCH ONLY. The vendor may not substitute any item/service listed on this order without prior written approval from the DHS/ICE Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturer, quantity, delivery dates, or any other specifications of this RFQ. Items/services that do not conform to descriptions and part numbers found in this RFQ will be rejected at the time of delivery causing a return at the vendor's expense. Shipping must be free on board (FOB) destination to Lorton, VA 22079, which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Shipping cost shall be included in the line item pricing. The two (2) training locations are: Calexico, CA 92243 AND Buffalo, NY 14202 (POC will be provided at time of award for exact addresses). Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. Training shall occur no later than 30 days after devices have been received. No partial shipments are permitted unless specifically authorized at the time of award. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if it can provide all items identified on the line items and can deliver all items on or before 30 days ARO. THESE TERMS TAKE PRECEDENCE OVER THE FEDBID INSTRUCTIONS. Q&A -Please submit all questions no later than March 16, 2018 @ 12:00pm EST, by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. This procurement contains Law Enforcement Sensitive information. The Justification & Approval for Other Than Full and Open Competition (JOFOC) (Brand Name) has been placed in the contract file and will not be published. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/COW/70CMSD18Q00000007/listing.html)
- Place of Performance
- Address: Lorton, VA 22079
- Zip Code: 22079
- Zip Code: 22079
- Record
- SN04849891-W 20180311/180309231347-59276e1e29a731f3c5d2118d00fafef2 (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 |