Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2003 FBO #0638
SOLICITATION NOTICE

66 -- Direct View Imager

Notice Date
8/27/2003
 
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
RFQ-133020
 
Response Due
9/11/2003
 
Archive Date
9/26/2003
 
Point of Contact
Michael Reece, Contracting Officer, Phone 703-632-4643, Fax 703-632-4648,
 
E-Mail Address
clcu@fbi.gov
 
Description
1. P!! 2. 0827!! 3. 03!! 4. N/A 5. 26306!! 6. 66!! 7. Federal Bureau of Investigation (FBI), Construction and Laboratory Contracts Unit, 1000 Custer Hollow Road, Clarksburg, West Virginia 26306!! 8. 66-Instruments and Laboratory Equipment!! 9. RFQ-133020!! 10. N/A!! 11. MICHAEL S. REECE, Contract Specialist ?PHONE-(304)-625-2805; FAX (304)-625-5391; E-MAIL mreececup@yahoo.com!! 12. N/A!! 13. N/A!! 14. N/A!! 15. N/A!! 16. N/A!! 17. 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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This notice is issued under Request for Quotation (RFQ) 133020, 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 2001-15. This notice will result in an aggregate award for a Firm-Fixed Price, Brand Name or Equal (Sirchie Finger Print Laboratories), one-time buy, based on a Best Value determination. This is an all or none requirement. The specifications are as follows: The Federal Bureau of Investigation, have a requirement for a Reflective Ultraviolet Imaging Technology (RUVIS) imager to detect latent evidence. Utilizing RUVIS technology will enable crime scene processors to examine large areas of a scene for a latent evidence in a much more efficient manner, without disturbing the scene through the use of powders or other chemical processes. The following equipment and training is required: (1) Direct View Imager (RUVIS technology), Quantity 20; (2) 12 Watt 254 nm short wave UV light, Quantity 20; (3) Indoor/Outdoor UV filter with Luminol enhancement filter for enhanced viewing of Luminol or florescence treated blood evidence, Quantity 20; (4) Tripod style stand for stabilizing imager/ photographic equipment on various surfaces, Quantity 20; (5) sixteen (16) hours of on-site training with Direct View Imager. The following is the salient characteristics of the Direct View Imager: 1) RUVIS technology. 2) Ability to attach photographic equipment via a 52mm threaded coupler. 3) The ability to view evidence from a minimum of 15 feet and close as three inches up without changing lenses or adding/removing lens adapters. 4) Capable of both AC and DC power supply. 5) Integrated/unit mounted laser pointer. 6) Rotating UV light lamp face. 7) Size limited to single person operation / transport. If you are quoting an equal, the name of the manufacturer and detailed specifications must include catalog, specification and etc. In addition, the government has the right to request a demonstration of the proposed equal at no additional cost to the government. Submit along with the quote for technical evaluation. 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 Items (JULY 2002), FAR Clause 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2002), FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEC 2001) and JAR Clause 2852.211-70 Brand-name or Equal (JAN 1985) which states the following: (a) The terms bid and bidders, as used in this clause, include the terms proposal and offerors. The terms invitation for bids and invitation, as used in this clause include the terms request for proposal and request. (b) If items called for by this invitation of bids have been identified in the schedule by a brand name or equal description, such identification is intended to be descriptive but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Bids offering equal products (including products of a brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristics and requirements listed in the invitation. (c) Unless the bidder clearly indicates in his/her bid that he/she is offering an equal product referenced in the invitation for bids. (d) (1) If the bidder proposes to furnish an equal product, the brand name, if any, of the product to be furnished shall be inserted in the space provided in the invitation for bids, or such product shall be otherwise clearly identified in the bid. The evaluation of bids and the determinations to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the bidder or identified in his/her bid as well as other information reasonably available to the purchasing activity. To ensure that sufficient information is available, the bidder must furnish as a part of his/her bid all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the purchasing activity to: (i) determine whether the product offered meets the salient characteristics requirements of the invitation for bids, and (ii) establish exactly what the bidder proposed to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or information otherwise available to the purchasing activity. (2) If the bidder proposes to modify a product so as to make it conform to the requirements of the invitation for bids, he/she shall: (i) include in his/her bid a clear description of such proposed modifications, and (ii) clearly mark any descriptive material to show the proposed modifications. (3) Modifications proposed after the bid opening to make a product conform to a brand name product referenced in the invitation for bids will not be considered. 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 in accordance with FAR clause 52-212-3 Offeror representations and Certifications- Commercial Items (July 2002), clearly marked RFQ133020 and submitted to the address listed above no later than 4:00 p.m., EDT, September 11, 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 52.215-5 Facsimile Proposals (OCT 1997). Facsimile quotes must also be received by the date/time specified in this solicitation with the hard copy to immediately follow in the mail. Please note that if you elect to mail or overnight your quote, for security reasons, all outside mail addressed to FBI West Virginia 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: Federal Bureau of Investigation, CJIS Division, 1000 Custer Hollow Road, Clarksburg, W.Va 26306
Zip Code: 26306
Country: USA
 
Record
SN00413459-W 20030829/030827213355 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.