Florida Bids > Bid Detail

63--CEIA SMD 601 Plus Walk-Through Metal Detector

Agency: JUSTICE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 63 - Alarm, Signal, and Detection Systems
Opps ID: NBD00159193347906652
Posted Date: Nov 25, 2022
Due Date: Nov 29, 2022
Solicitation No: 1124139
Source: https://sam.gov/opp/b765378702...
Follow
63--CEIA SMD 601 Plus Walk-Through Metal Detector
Active
Contract Opportunity
Notice ID
1124139
Related Notice
Department/Ind. Agency
JUSTICE, DEPARTMENT OF
Sub-tier
FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
Office
FCI TALLAHASSEE
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 25, 2022 02:50 pm EST
  • Original Date Offers Due: Nov 29, 2022 02:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: May 28, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6350 - MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:
    501 Capital Circle NE Tallahassee , FL 32301
    USA
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 1124139 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08. The associated North American Industrial Classification System (NAICS) code for this procurement is 334511 with a small business size standard of 1,250.00 employees. This requirement is a Small Business Set-Aside and only qualified sellers may submit bids.

The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on:

2022-11-29 14:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Tallahassee, FL 32301

The DOJ BOP Field Offices-FCI TALLAHASSEE requires the following items, Brand Name Only (Exact Match), to the following:
LI 001: CEIA SMD 601 Plus Walk-Through Metal Detector with Profile/ Network Capability High Sensitivity. ** Please including cost, delivery fee, freight, service and maintenance cost.

Description
Capability to detect the full range of metal weapon threats even within body cavities. Cutting-edge discrimination technology allows personal effects to be ignored, creating rapid transit flow. One touch guided automatic installation (OTS), assisting the installation through an automatic step-by-step procedure. Unit includes Weather Resistant Protection for outdoor use.
- Most sensitive WTMD, fully compliant with the NIJ-0601.02 and NIJ-0601.03 Standards
- Quick, accurate analysis of all parts of the body of people in transit, from the shoe level to the crossbar
- Accurate pinpointing of individual and multiple metal targets
- Exceptional immunity to external interferences
- New mechanical structure with high protection degree
- Integrated correctional profiling system (optional)
- Unmatched reliability
Specifications:

Gate structure
- State-of-the-art, robust and washable panels
- Antivandalic and ant tampering IP66 control unit
- Embedded high precision transit counters (2-beam photocells)
- Ant tampering ON/OFF switch
- Protected against aging, weather and wear
Operational features
- High discrimination and transit flow rates five or more times greater than other metal detection systems
- Quick reset time as short as 0.2 seconds for high throughput rate
- Very high detection speed (50" ft/sec.)
- Built-in operational functional verification (OFV)
- One-touch key reading of inbound, outbound and Security Level Data
Quality
- Continuous self diagnostic system
- Proven reliability
- No periodic re-calibration and preventive maintenance required
- No scheduled maintenance
- Fully digital design
Alarm signaling
- Multi-zone display bar for “height on person” localization
- 20 vertical localization zones
- 2 display bars programmable as zone indicators and/or pacing lights
- Specific shoe alarm color indication
- Green and red metering signals proportional to the mass of the detected target
- 10 selectable continuous and pulsed tone plus 34 special tones
- 10 selectable sound intensities ranging from 0 to 90 dbA at 3.3 ft
- Random alarm capability with independent counters, alarm tone and alarm volume
- Met-Identity technology (separate Ferrous and Non-Ferrous alarm signaling), 1, EA;

Solicitation and Buy Attachments

***Question Submission: Interested Offerers 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 https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, DOJ BOP Field Offices-FCI TALLAHASSEE intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace 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. DOJ BOP Field Offices-FCI TALLAHASSEE 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 Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com. Offerers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
As defined in the Federal Acquisition Regulation (FAR) 2.101, the terms “offer” and “offeror” refer to a response to a solicitation that, if accepted, would bind the submitter to perform the resultant contract. The terms “bid” and “bidder” refer to an offer submitted in response to an Invitation for Bid (IFB). The term “proposal” refers to an offer submitted in response to a Request for Proposal (RFP). The terms “quotation,” “quote,” and “quoter” refer to a non-binding submission in response to a Request for Quotation (RFQ) which is not an offer.

Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid/Proposal/Quotation individual pricing for all required line items in order to be considered for award (i.e., Do not use the “Included in another line item” function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid ‘Submit a Question’ feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid/Proposal/Quotation being determined to be unacceptable.

New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.

Bid/Offer MUST be good for 60 calendar days after close of Buy, unless otherwise indicated.

Shipping must be free on board (FOB) destination CONUS (Continental U.S.), 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.

This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov.

No partial shipments are permitted unless specifically authorized at the time of award.

Q&A -Please submit all questions 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).

The Contracting Officer will indicate elsewhere in this Buy as to whether responses will be evaluated for award based either upon (a) price and pricing factors only (Bids/Quotes) or (b) price and other factors (Proposals/Quotes). All Bids/Proposals/Quotations must conform to the listed specifications or the Statement of Work. If award criteria are based upon (b) price and other factors, the Contracting Officer shall clearly indicate the criteria to be applied elsewhere in this Buy.

In addition to providing pricing at www.unisonmarketplace.com for this solicitation, each Bidder/Offeror/Quoter must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this Buy. Submissions can be sent to marketplacesupport@unisonglobal.com

For Exact Match Only Commodity Buys- NO SUBSTITUTIONS, EXACT MATCH ONLY. The Bidder/Offeror/Quoter may not substitute any item/service listed on this order without prior written approval from the BOP 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 Buy. Items/services that do not conform to descriptions and part numbers found in this Buy will be rejected at the time of delivery causing a return at the contractor's expense.

For all buys other than Exact Match Sellers MUST document what they are bidding for evaluation for award. Sellers must include, extended specs and/or manufacturer name and part numbers (if applicable). Failure to do this may result in non-consideration of the Bid/Proposal/Quotation. This information is REQUIRED in order for a seller’s Bid/Proposal/Quotation to be evaluated for award. FAR 52.211-6.
Attachments/Links
Contact Information
Contracting Office Address
  • 501 CAPITAL CIRCLE NE
  • TALLAHASSEE , FL 32301
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 25, 2022 02:50 pm ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >