SOLICITATION NOTICE
66 -- 66-Instruments and Laboratory Equipment
- Notice Date
- 6/27/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Justice, Federal Bureau of Investigation, Property Procurement and Management Section, 935 Pennsylvania Avenue, N.W., Washington, DC, 20535
- ZIP Code
- 20535
- Solicitation Number
- RFQ118327
- Response Due
- 7/14/2003
- Archive Date
- 7/29/2003
- Point of Contact
- Deanna Davis, Contracting Officer, Phone 202-324-5552, Fax 202-324-0570,
- E-Mail Address
-
ppmsscgcu@fbi.gov
- Description
- 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the FAR Subpart 12.6, as supplemented with additional information included in this notice. This notice is issued under Request for Quotation (RFQ) 118327, using Simplified Acquisition Procedures (SAP) under Subpart 13.5, Test Program for Certain Commercial Items. The North American Industry Classification System (NAICS) is 421490. The provisions and clauses incorporated are those in effect through Federal Acquisition Circular 2001-13. This notice will result in an aggregate award for a Firm-fixed Price, one-time buy, based on a Best Value determination for four commercially available, nondevelopmental automated glass refractive index measurement systems for the analysis of very small glass fragments. These systems will be utilized primarily in a training class on forensic glass analysis methods, as well as for research applications. The specifications are as follows: (1) Automated glass refractive index processor units comprising of: (a) Serial USB interface for hot stage and video control, (b) Video camera interface, PCI frame grabber, (c) Monochrome CCD video camera, suitable for mounting onto a microscope, (d) Windows 2000 or XP compatible controller software, (e) Database compatible case work file system, and (f) Multiple edge measurement capability; (2) Computer hardware required by automated glass refractive index system for hot stage control, data acquisition, and processing. Each system will include at a minimum the following: (a) 2.4 GHz Pentium 4 computer (IBM compatible), (b) 40.0 GB internal hard disk drive, (c) 256MB SDRAM (d) CD ROM x48, (d) DVD writer (DVD plus R, DVD plus RW, CD minus R, CD minus RW), DVD 4x write, 2.4 rewrite, 8x read, CD 24x write, 10x rewrite, 32x read, capacity DVD up to 4.7GB per disk, CD 700MB, (e) Matrox MGA G550 AGP with 32MB video RAM, (f) Dual input network card 10/100, (g) 56K modem, (h) 3.5 inch floppy drive, (i) scroll mouse, (j) multimedia keyboard, (k) 2 USB ports, (l) 17 inch flat panel (DCD) TFT color monitor, (m) HP DeskJet 6122 printer with up to 4800x1200 optimized dpi color, 1200x1200 input dpi, 8MB RAM, 150 sheet capacity tray, color and black ink cartridges, and interface cable, and (n) Configuration and testing with controller unit; (3) Set of Locke reference glass standards (total of four sets of reference glass required); (4) Set of Locke reference oils A, B, and C (total of four sets of reference oils are required); (5) Installation and training requirements: (a) installation and demonstration of performance to specifications, (b) on site training at installation, (c) follow up telephonic customer support, and (d) free upgrades of operating software over lifetime of instrument; and (6) Warranty requirements: (a) system must be warranted against defects for one year after acceptance, (b) Contractor must be able to respond within 48 hours or less for repairs for warranty and post warranty service, and (c) Must have errors and failures in software corrected for one year. Delivery should be within 90 days or sooner after receipt of order. Offers shall be for FOB Destination. The ship to address is FBI Laboratory Building 12, 2501 Investigation Parkway, Quantico, Virginia 22135. The following FAR provisions and clauses are incorporated by reference and apply to this solicitation. FAR Provision 52.212-1 Instructions to Offerors-Commercial Item (OCT 2000), FAR 52.212-2 Evaluation-Commercial Items (JAN 1999), FAR Provision 52.212-3 Offeror Representations and Certifications Commercial Item (JULY 2002). All FAR clauses and provisions may be obtained from the General Services Administration, Federal Acquisition Regulation website address http://www.arnet.gov/far/. Award will be made to the responsive, responsible offeror whose quote conforms to this solicitation and is the Best Value to the Government. The following evaluation factors in descending order of importance will be used to evaluate offers: (1) technical capabilities, (2) price, and (3) past performance. In order to evaluate past performance, submit three references (preferably government) for similar acquisitions within the past three years. Include the name and address of the organization, name and telephone number of a point of contact and a brief description of the item(s) sold. Technical and past performance when combined, are significantly more important than cost or price. All quotes shall be on company letterhead, accompanied by completed representations and certifications, clearly marked RFQ118327 and submitted to the address listed above no later than 4:00 p.m., EDT, July 14, 2003. Offerors responding to this solicitation must provide their DUNS and Tax Identification Numbers. The awardee shall also be required to submit a completed Standard Form 3881. Automated Clearing House Vendor/Miscellaneous Payment Enrollment Form, in accordance with FAR Clause 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (MAY 1999). All quotes must be received at the above address on or before the date/time specified in this announcement. Facsimile quotes will be accepted in accordance with FAR Provision 52.214-31 Facsimile Bids (DEC 1989). Facsimile quotes must also be received by the date/time specified in this solicitation with the hard copy to immediately follow via mail. Please note that if you elect to mail or overnight your quote, for security reasons, all outside mail addressed to FBI Headquarters is routed to an off site location first before being delivered to its final destination at FBI Headquarters. So, allow enough time for delivery. Only the facsimile quote needs to be date/time stamped by the due date/time. Offerors are hereby notified that if your quote is not received by the date/time and at the location specified in this announcement, it will be considered late and shall be handled in accordance with FAR Provision 52.212-1 (f) (OCT 2000).
- Place of Performance
- Address: FBI Laboratory Building 12, 2501 Investigation Parkway, Quantico, VA
- Zip Code: 22135
- Country: United States
- Zip Code: 22135
- Record
- SN00358884-W 20030629/030627213459 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |