Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 04, 2022 SAM #7583
SOLICITATION NOTICE

70 -- Amendment 1 - Synopsis/Solicitation - Next Generation Biometrics at Sea System (NGB) Device

Notice Date
9/2/2022 1:42:47 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
C5I DIVISION 2 KEARNEYSVILLE KEARNEYSVILLE WV 25430 USA
 
ZIP Code
25430
 
Solicitation Number
70Z0G322QB334118
 
Response Due
9/12/2022 6:00:00 AM
 
Archive Date
09/27/2022
 
Point of Contact
Becky M.Edgar, Laura Logreco
 
E-Mail Address
Becky.M.Edgar@uscg.mil, Laura.L.Logreco2@uscg.mil
(Becky.M.Edgar@uscg.mil, Laura.L.Logreco2@uscg.mil)
 
Description
Amendment 1 1 - Posting of Vendor Questions and Answers 2 - Extension of Due Date to Monday, 12 September 2022 at 9:00AM EST 2 - Revisions to the Following Documents: (Revisions are highlighted in yellow within the attachments) � � Solicitation_70Z0G322QB33418 � � Attachment 1_Minimum Standards_BASS FINAL � � Attachment 2 Invoice Instructions and Clauses THIS SECTION BELOW HAS BEEN UPDATED TO REFLECT CHANGES FROM AMENDMENT 1: The Department of Homeland Security (DHS), U.S. Coast Guard C5ISC Operations Systems Center located at 408 Coast Guard Drive, Kearneysville, WV, has a requirement for the Next Generation Biometrics at Sea System (NGB) hardware devices. NGB is the primary biometric collections system for the Coast Guard�s Alien Migrant Interdiction Operations (AMIO) and Enforcement of Laws and Treaties (ELT) providing mobile biometrics collection and analysis capability to operators in the maritime environment and remote areas where the Department of Homeland Security (DHS) operates. NGB aids in identifying individuals interdicted at sea and provides decision makers with information to assist in the determination of courses of action in USCG law enforcement interdictions; (e.g. repatriate, arrest, refer for prosecution, etc.), by providing additional identifying information of interdicted persons not available without NGB collection and analysis. � Due to the extreme conditions the devices will operate in, and the sensitive networks the devices will interface with, only six (6) devices will be purchased on the contract that results from this contract. The USCG is including a clause and line item for an optional purchase of an additional 134 devices. This option will only be exercised after the USCG puts the initial six (6) devices through a testing process to verify the devices will function under the conditions experienced in the field and on the networks used by the USCG and DHS. After successful testing the option will be exercised for the additional 134 devices. If the testing finds the devices to not meet the USCG�s needs the option will not be exercised. The contract resulting from this solicitation will be a Firm Fixed Price type contract with an optional additional quantity above the initial quantity.� Delivery: 20 calendar days or less for the initial 6 devices. The Optional 134 devices can be delivered upon a mutually agreed upon scheduled, with all devices being delivered no later than 90 days after the option is executed. �FOB Destination This is an unrestricted solicitation, NAICS Code 334118. 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.� This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.� This is a request for quotation (RFQ), solicitation # 70Z0G322QB334118.� The solicitation document and incorporated provisions and clauses are thus in effect through Federal Acquisition Circular 2022-04.� PRICING SCHEDULE Contract Line�Item (CLIN)� � � � � � � �Quantity� � � � � � � � � �Description� 0001� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �6� � � � � � � � � � �Next Generation Biometrics at Sea System (NGB) hardware devices 0002� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Warranty (Only designate if a 1 year warranty is not included) 0003� � � � � � � � � � � � � � � � � � � � � � � � � � � � � 134� � � � � � � � � � Option: Remaining Next Generation Biometrics at Sea System (NGB) hardware devices 0004� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Warranty of Optional Quantity of 134 (Only designate if a 1 year warranty is�not included) RESPONSIBILITY All of the components listed must be able to be integrated and work together with each other to complete the functionality of this request. This purchase order shall be awarded only to a responsible prospective Contractor. To be determined responsible, a prospective Contractor must have adequate financial resources to perform the contract, or have the ability to obtain them, as well as: Be able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments; Have a satisfactory performance record; Have a satisfactory record of integrity and business ethics; Have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, and quality control measures applicable to materials to be produced or services to be performed by the prospective Contractor and Subcontractors; Have the necessary production, construction, and technical equipment and� facilities, or the ability to obtain them; and Be otherwise qualified and eligible to receive an award under applicable laws and regulations. QUOTATION SUBMISSION INSTRUCTIONS Submit One (1) electronic copy of your quotation no later than the specified time listed. Quotations shall reference 70Z0G322QB334118. Quotations shall be submitted via email to Becky M. Edgar, Contracting Officer at becky.m.edgar@uscg.mil and Laura L. Logreco, Contract Specialist, at laura.l.logreco2@uscg.mil by 2:00 PM EST, Thursday, 8 September 2022.� QUESTIONS CONCERNING THE QUOTE All questions concerning this solicitation must be submitted in writing to the Contracting Officer, for information about any aspect of the solicitation.� Prospective Offerors are warned against contacting any USCG personnel outside the Procurement Department prior to award of a contract resulting from this solicitation. If such a contact occurs and is found to be prejudicial to competing vendors, the vendor making such a contact may be excluded from award consideration. Questions will be submitted by email to Becky M. Edgar, Contracting Officer at becky.m.edgar@uscg.mil and Laura L. Logreco, Contract Specialist, at laura.l.logreco2@uscg.mil. Answers to inquiries/questions will be provided to all vendors being solicited, giving due regard to the proper protection of proprietary information. No information concerning this solicitation will be provided in response to telephone calls. Prospective offerors are asked to submit their questions grouped by solicitation section and making reference to the particular paragraph.� Questions must be submitted no later than Thursday, 1 September 2022 by 2:00 PM EST. Any questions received after that may not be answered before the solicitation closing date. CONTRACTOR�S WRITTEN QUOTATION The contractor shall provide its quote in accordance with the Evaluation Criteria outlined herein.�The contractor is urged to examine this solicitation in its entirety and to ensure that its offer contains all necessary information. TECHNICAL ACCEPTABILITY:�The Offeror shall detail how the recommended Commercial-Off-The-Shelf (COTS) product will meet the salient characteristics outlined in the minimum standards in Attachment 1. The page count for the technical portion of the proposal shall not exceed 15 pages. Additionally, provide a copy of the required contractor completed clauses in Attachment 2. Completion of Attachment 2 does not count towards the Technical Acceptability page limit. PRIOR EXPERIENCE: Each Offeror shall provide a maximum of three (3) examples of recent (within the past 5 years) experience during which the Offeror provided similar solutions to public or private sector clients. Examples shall include project title, length of project, similarities of project to the USCG�s requirement. The page count for each prior experience example shall not exceed 3 pages. PRICE: The Offeror�s quotation must include pricing for each of the CLINs listed on the Pricing Schedule. Offerors are encouraged to provide a breakdown of price per device if multiple attachments or modules are included to support a system that meets all minimum standards.� This can be demonstrated by breaking down the CLIN�s into sub-CLIN�s to illustrate individual price elements if attachments or modules are included to support a system that meets all the standards. �CLIN�s can be broken out into sub-CLIN�s to illustrate individual price elements if attachments or modules are included to make a working system. CLIN�s can be broken out into sub-CLIN�s to illustrate individual price elements if attachments or modules are included to make a working system. *Note: The government expects, at a minimum, a full warranty for a year after purchase to be included with the pricing of the device. If this is not included please add CLIN 0002 and CLIN 0004 for pricing of 1 year warranty. METHOD OF AWARD The Government will award a firm-fixed price contract to the Offeror whose proposal conforms to the requirements outlined in this request for quotation and is determined to be the best value to the government based on a tradeoff between Technical, Prior Experience, and Price. Offeror�s whose proposal is found to be technically unacceptable will not be further considered: Technical Acceptability: The Government will evaluate on an acceptable (meets all standards) or unacceptable (does not meet all standards) basis. Prior Experience: The Government will evaluate the Offeror�s prior experience delivering biometrics devices with similar requirements to establish confidence in the Offeror�s ability to successfully deliver the proposed solution. Price: The Offeror�s total price will be evaluated for fairness and reasonableness. Total price is the sum of all four CLINS in the Pricing Schedule. The Technical Acceptability and Prior Experience are equally important and when combined are more important than Price. Offeror�s whose proposal is found to be technically unacceptable will not be further considered. Offeror�s whose technical proposal is found to be acceptable will be evaluated for Prior Experience and Price. The Government plans to award a single purchase order for the entire requirement without exchanges with Offerors. However, the Government reserves the right to enter into exchanges if deemed necessary by the Contracting Officer. Please see the attached documents to this solicitiation for further information: � ��COMBINED SYNOPSIS/SOLICITATION �(contains 508 Requirements) � � ATTACHMENT 1: Minimum Standards � � ATTACHMENT 2: Invoicing Information & Provisions/Clauses
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3ab139fc80444725995e04437a657f38/view)
 
Place of Performance
Address: Portsmouth, VA 23703, USA
Zip Code: 23703
Country: USA
 
Record
SN06452366-F 20220904/220902230128 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.