The purpose of Amendment 1 to Notice ID 20151010 is to answer the following question received:
Question: The cameras in the solicitation have been discontinued. Can we submit the new (HyperFire 4K) cameras for this bid? Or does the solicitation need to be updated to cover the new camera before placing the bid?
Answer: The cameras indicated within the solicitation (i.e., CLINs 10 through 40) are the cameras required under this solicitation. There will be no change to the cameras required.
_________________________________________________________________________________________________________
This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. The solicitation number is 20151010 and is issued as a Request for Quotation (RFQ) utilizing FAR Part 13 (Simplified Acquisition Procedures). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03. This requirement is being solicited as an open-market total small business set-aside. Only quotations submitted by small business concerns will be considered for award; the associated NAICS code for this procurement is 333310 (Commercial and Service Industry Machinery Manufacturing) with a small business size standard of 1,000 employees.
The U.S. Customs and Border Protection (CBP), United States Border Patrol (USBP) Unattended Ground Sensors (UGS) Program has a requirement for RECONYX covert cellular trail cameras, RECONYX security enclosures, and Master Lock locking cables to support mission requirements in accordance with the attached Statement of Work (SOW) (solicitation Attachment 1). A brand name only justification has been provided with the solicitation (solicitation Attachment 3).
A. QUESTION DEADLINE:
Please submit any questions concerning this solicitation at the earliest time possible to enable the Government to respond. Questions must be submitted directly by email only to benjamin.j.dorgan@cbp.dhs.gov. No phone calls. Questions not received by the question submission deadline of Friday, June 13, 2025 at 2:00 PM Eastern Daylight Time (EDT) may not be considered.
B. QUOTATION SUBMISSION INSTRUCTIONS:
The deadline for receipt of quotations for this requirement is: Tuesday, June 17, 2025 at 5:00 PM EDT. Quotation submissions must be submitted by email only to Contracting Officer Benjamin Dorgan at: benjamin.j.dorgan@cbp.dhs.gov. Subject line of the email should read: Quotation Submission: RFQ 20151010 (USBP UGS Cellular Covert Cameras). All pricing submitted must be valid for at least 30 calendar days after close of the solicitation.
THE FOLLOWING ITEMS SHALL BE SUBMITTED WITH EACH QUOTATION:
- Quoters must provide their business name and System for Award Management (SAM) Unique Entity Identification (UEI) number.
- Quoters shall submit a firm-fixed-price quote. Pricing for all SOW items required shall be provided and details shall be included supporting the price for all required deliverables. Pricing shall include all applicable fees, surcharges, etc.; any charges/costs presented after contract award shall not be considered/acceptable.
- Quoters shall submit a typed summary that addresses the technical and management approach to meet the requirements listed in the Statement of Work.
Relevant past performance information should also be submitted including three (3) references for the same or similar work performed for Federal, State, and local government and private clients.
Each quoter must provide any relevant NON-PRICING responses (e.g. technical quotation, staffing plan, specifications, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. A quoter must submit sufficient information for a technical evaluation to be made by the Government to determine if the quoter's quotation meets the minimum requirements of the SOW. The Contracting Officer is not responsible for acquiring any additional information. If description/technical data/specifications are not sufficient to make a technical acceptance decision, the quotation may be determined technically unacceptable.
C. AWARD CRITERIA:
Quotations that do not respond to all requirements in the solicitation may be rejected without further evaluation, deliberation, or discussion. The Government reserves the right to award without discussions. The Government anticipates award of a Purchase Order resulting from this solicitation; award will be made to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government and whose quote is the Lowest Priced Technically Acceptable (LPTA). The quote with the lowest evaluated price will be evaluated for technical acceptability and acceptable past performance. Only if that quote is found to be technically unacceptable or to have unacceptable past performance will the evaluation proceed to the quote with the next lowest evaluated price. This process will continue until the lowest priced technically acceptable quote, with acceptable past performance, is found. For this solicitation, the evaluation factors are: TECHNICAL AND MANAGEMENT APPROACH (non-price), PAST PERFORMANCE (non-price), and PRICE.
Please see solicitation Attachment 2 for all commercial item terms and conditions as well as the provisions and clauses that apply to this acquisition including but not limited to FAR 52.212-1, 52.212-2, 52.212-3, 52.212-4 and 52.212-5.
D. SOLICITATION ATTACHMENTS:
- Statement of Work (SOW)
- Applicable Solicitation Provisions and Contract Clauses
- Brand Name Only Justification