Federal Bid

Last Updated on 19 Aug 2011 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

LIDAR Scanner

Solicitation ID 282279
Posted Date 26 Jul 2011 at 6 PM
Archive Date 19 Aug 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fletc Glynco Procurement Office
Agency Department Of Homeland Security
Location United states
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 282279, a request for quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-53. This requirement is 100% set-aside for small business concerns. The North American Industry Classification System (NAICS) is 334519 with a small business size standard of 500 employees.

The Government intends to award a competitive commercial contract for the US Secret Service. This requirement is for a high speed resolution terrestrial time-of-flight LIDAR scanner with an external calibrated color digital camera for laser based imaging and 3D measurements supporting Investigative and Protective applications. The specific requirements are detailed in the attachment, LIDAR Requirements.

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 proposal, 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. REQUIREMENT DESCRIPTION
II. FORMAT AND SUBMISSION OF QUOTE
III. EVALUATION FACTORS
IV. PROVISIONS AND CLAUSES
V. ADDITIONAL INFORMATION FOR OFFERORS

~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
I. REQUIREMENT DESCRIPTION
See attached LIDAR Requirements.

~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
II. FORMAT AND SUBMISSION OF QUOTE
Part A. Pricing & Availability - the offeror shall provide a breakout of any individual elements such as scanner, maintenance/warranty plan, training, shipping charges, etc. Pricing shall also include total pricing for the LIDAR as described. Availability shall be provided in terms of # of days after receipt of order. Specify whether delivery is FOB Origin (city, state) or Destination.

Part B. 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 and nine-digit TIN. DUNS is used to verify that the vendor is in CCR. The Taxpayer Identification Number is necessary for electronic payment. By submitting a proposal, 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) 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 C. Technical Response
The page limit is 10. Do not include Part A Pricing & Availability or Part B Contractor Information in Part C Technical Response. Technical Responses shall include, but are not limited to:
 Detailed description of how your product meets each of the requirements listed in the attached document, LIDAR requirements.
 Detailed description of any innovative or specialized features exceeding the requirements that benefit the USSS.
 Provide product country of origin.
 Relevant past performance information which includes references from 3 clients (preferably government). Include: Company name, contact name, title, email, phone number, contract #, contract amount, period of performance, description of product/service. Also include the number, type and severity of any quality, delivery or cost problems in performing the contract, the corrective action taken and the effectiveness of the correct action

The deadline for questions is 2 August 2011 by 10:00 am EST. The deadline for receipt of proposals is 4 August 2011 by 10:00 am EST. All documents required for submission of quote must be sent to Kimberly Spangler via email to [email protected]. Hard copy or faxed proposals shall not be accepted.

~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
III. EVALUATION FACTORS
The Government will award a contract 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. Technical capability and past performance, when combined are more important than when compared to cost/price. The Government intends to evaluate the proposal on the following factors: 1) technical capability; 2) past performance; and 3) price.

~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
IV. 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
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, 52.225-13 Restrictions on Certain Foreign Purchases, 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/
3052.242-72 Contracting Officer's Technical Representative
3052.209-70 Prohibition on Contracts with Corporate Expatriates.
3052.204-90 Unauthorized Use of the U.S. Secret Service Name

~~~~~~~~~~~~~~~~~~~~~~~~~~~~
I. 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 [email protected].

Communications with other officials may compromise the competitiveness of this acquisition and result in cancellation of the requirement.

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 07 May 2015 at 7 PM
Washington District of columbia 14 Sep 2021 at 12 AM
Location Unknown 14 Sep 2011 at 5 PM
Telegraph Texas 19 Sep 2018 at 5 PM
Washington District of columbia 10 Sep 2024 at 6 PM