The RFP Database
New business relationships start here

Measuring Equipment for Environmental Impact of Mining Activities


District Of Columbia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SECTION 1

GENERAL INFORMATION


1.1) The Bureau of International Narcotics and Law Enforcement Affairs (INL) is responsible for the development, supervision, coordination, and implementation of international narcotics control assistance activities and international criminal justice issues for the U.S. Department of State (DOS). The INL requires Measuring Equipment for Environmental Impact of Mining Activities, as provided in the Table of Requirements (2.2).


1.2) This Request for Information (RFI) is issued for informational and planning purposes only. The information will be used in conducting market research to identify qualified, experienced, and interested potential sources in support of the Government's requirements, and will help to inform best procurement practice and likely future Requests for Quotations (RFQ).


1.3) This document shall be used for planning purposes only, as outlined under FAR 52.215-3. This document is NOT a Request for Proposals (RFP) or a Request for Quotations (RFQ). It is not to be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. Any information provided to the Government, or participation in the activities described herein is strictly voluntary, and will be provided at no cost to the Government.


1.4) It is the intention of the government to identify companies able to provide the Individual Tactical Equipment under this RFI for a single award contract at a Firm-Fixed-Price. For the purposes of this RFI, the North American Industry Classification System (NAICS) Code 334519 - Other Measuring and Controlling Device Manufacturing.


1.5) Notice of RFI Closing Date and Time
Digital/Paper responses to this RFI shall be submitted to: Sergio E. Aleman-Soto, no later than 1:00 PM (Washington, DC time) on May 1, 2017, via email at AlemanSotoSE@state.gov


1.6) Point of Contact(s):
Sergio Aleman-Soto
Contract Support Specialist
AlemanSotoSE@state.gov


Contracting Office Address:
U.S. Department of State
Bureau of International Narcotics and Law Enforcement Affairs
Office of Resource Management
Grants, Acquisitions, and Procurement Policy Division (INL/RM/GAPP)
2401 E St. NW Rm. 910- (SA-01 Columbia Plaza) Washington DC, 20037

SECTION 2


DECRIPTION OF REQUIREMENTS


2.1) This requirement will ultimately be solicited as a "Brand Name or Equal" requirement. All minimum specifications are meant to be informational and not restrictive to any one brand. If the minimum technical specifications/requirements are met or exceeded, as determined by a panel of Technical Evaluators, the products offered will be considered for award.


2.2) Table of Requirements


Meet or exceed for each item as described in the Table of Requirements below:

2.3) Warranty


A) Offerors shall state their standard warranty they offer in their response to the RFI. If INL receives a warranty claim for defects in material or workmanship, the product(s) will be sent to the vendor's location to perform an evaluation, with no charge to INL, to verify the status of the claim and the product. If the warranty department of the vendor determines that the product has a defect covered under the warranty, vendor must replace. INL is not responsible for any transportation charges. Replacement products must be in new condition. INL does not accept used items or refurbished.


B) Vendor must to warranty local maintenance, after sale support and have replacement of all parts in country of destination (South America). Should a replacement be provided, delivery will be required within thirty (30) days after a claim is made.


2.4) Delivery
Delivery of items shall be completed within ninety (90) days after the receipt of the order.


The Contractor shall provide to the U.S. Government the new products as described in the specifications for the stated firm fixed price. Further, the Contractor shall properly perform the pre-delivery inspection on the products and deliver them to the location set forth under Place of Delivery, of this contract. The firm fixed price shall include the products pre-delivery inspection, certificates of origin, operator's manuals, warranty certificates and any other documentation mandated by the Government under NAICS code 334519 - Other Measuring and Controlling Device Manufacturing.


The electronic copy, upon file opening and display on the computer monitor, shall appear exactly as the printed hard copy quote submission with the same font size restriction. Contractors should use a Read and Delivered Receipt to ensure timely submission as well as to ensure that the USG received the information.


INFORMATION TO CONTRACTORS:
Contractors are reminded that information furnished under this Request for Information (RFI) may be subject to disclosure under the Freedom of Information Act (FOIA). Therefore, all items that are confidential to business or that contain trade secrets or proprietary or personnel information must be clearly marked. Marking of items will not necessarily preclude disclosure when Department of State (DoS) determines disclosure is warranted by FOIA. However, if such items are not marked, all information contained within the submitted documents will be deemed releasable.

SECTION 3

CAPABILITY STATEMENT AND PAST PERFORMANCE


3.1) If the vendor is capable of providing the requirements described in this RFI, please provide a Capability Statement to Sergio E. Aleman-Soto via e-mail by the closing date outlined in Section 1.5, Notice of RFI Closing Date and Time. Please do not call the contracting office for information; email any questions to avoid any misunderstanding or confusion. The Capability Statement should include general information and technical background describing your firm's experience in contracts requiring similar efforts to meet the program objectives, and should not exceed five (5) pages in length.


3.2) When addressing question 8 below, please indicate the contract type and period of performance for similar items provided. At a minimum the following information is requested:


1) Company Information
a) Company Name
b) Address
c) Point of Contact
d) Telephone Number
e) E-mail address
2) Primarily doing business in the Private/Commercial or Government Sector.
3) Commercial and Government Entity (CAGE) Code
4) Data Universal Numbering System (DUNS) Number
5) Business Size (i.e. Small Business, Other than Small)
6) Socio-Economic status (i.e. 8(a), HUBZone, veteran-owned, women-owned, etc.)


(Mark with X the Socio-Economic Status of the Company)



___ Small Business

___ Women-Owned Small Business (WOSB) Eligible Under the Women-Owned Small Business Program


___ HUBZONE Small Business

___ Economically Disadvantaged Women-Owned Small Business (EDWOSB)
 
___ Service-Disabled Veteran-Owned Small Business
 
___ 8(a)


7) Detailed information on capabilities to finance, mobilize instructors by DATE, and train participants
8) Describe any service contracts you have performed for similar combined services
9) NAICS code(s) the company usually performs under
10) Company's role in the performance of the requirement
a. Prime Contractor
b. Subcontractor
c. Other (please describe)
11) Functions that may be set aside for subcontract opportunities.

Table of Requirements


Item 1

Metal Detector.Metalyser Field Pro HM3000 or similar.
Specifications: Analytical principle: Voltamperometry of anodic and cathodic dissolution. Parameters measured: Arsenic
(III), Total Arsenic, Bismuth, Cadmium, Chromium, Cobalt, Copper, Gold, Lead, Manganese, Mercury, Nickel, Selenium,
Thallium, Tin and Zinc. Operating Temperature: -20 ° C to + 70 ° C.

Unit of Issue: Each
Quantity: 4


Item 2

Metal analyzer, XRF. Niton or similar. Specifications:
System Electronics:
533 MHz ARM 11 CPU
300 MHz Dedicated DSP
80 MHz ASICS DSP for Signal Processing
4096 Channel MCA
32Mb Internal System Memory/ 128Mb Internal User Storage
Batteries: Two 4 (or optional 6) Cell Lithium-ion Battery Packs
Display: Adjustable angle VGA color touch-screen display
Standard Analytical Range: >25 elements from Ti to U
Data Storage: Internal >10,000 readings with spectra
Data Transfer USB, Bluetooth and Serial Communication RS-232
Security: Password-protected user security
Mode:
(Varies by Application)
Compton Normalization (CN) Bulk Sample Analysis
Fundamental Parameters (FP) Bulk Sample Analysis
Thin Sample Analysis
Empirical calibration and Combined FP plus empirical
calibration analysis
Pass/Fail Testing
Signature Match and SuperChemTM Analysis.

Unit of Issue: Each
Quantity: 4


End of RFI.


 


Sergio E. Aleman-Soto, Contract Support Specialist, Phone 2027369134, Email AlemanSotoSE@state.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP