Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 15, 2005 FBO #1419
SOLICITATION NOTICE

58 -- Radio Batteries and Chargers

Notice Date
10/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
335911 — Storage Battery Manufacturing
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Engineering Contracts Unit/PPMS, FBI Engineering Research Facility Building 27958A, Room A-263, Quantico, VA, 22135
 
ZIP Code
22135
 
Solicitation Number
RFQE0011801
 
Response Due
11/17/2005
 
Archive Date
12/2/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with the included additional information. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The Request for Quote (RFQ) Number is RFQE001801, and is being conducted as a 100% Small Business Set-Aside procurement under the procedures of Part 12 and 13, test program. The North American Industrial Classification Code (NAICS) Number is 335911; and the size standard is 500 employees. The RFQ incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-06. Electronic FAR clauses and provisions can be accessed at http://www.arnet.gov. The Federal Bureau of Investigation (FBI) intends to award an Indefinite-Delivery, Indefinite Quantity, Firm-Fixed Price Type, Multiple Award Contract with stated limits from date of award of the contract through 12 months with four, one-year renewal options. Each one-year option period will begin on the anniversary date of contract award. During the life of the contract, the FBI shall order a guaranteed minimum for each CLIN Number, as listed below. Each awardee shall furnish the stated minimum, and as required, any additional quantities not to exceed the stated maximum. The Government is not required to purchase from the successful offeror (s) any quantities over the initial guaranteed minimum. The obligation of funds and desired quantities shall be ordered through individual delivery orders, or the Government Purchase Card Program. Minimum salient characteristics are provided for each CLIN Number and are intended to be descriptive, not restrictive, and to indicate the quality and characteristics of products that are deemed satisfactory to the FBI. The schedule for supplies shall include: 1) CLIN #0001 - DIRECT REPLACEMENT BATTERY FOR THE MOTOROLA XTS5000/3000 RADIO - Minimum Quantity - 500/Maximum Quantity - 18,500 - Minimum Salient Characteristics: 3,600 milliampere-hours (mAh) or higher, charging contacts on back of battery, belt clip ready; 2) CLIN #0001A - SINGLE UNIT AC/DC TRI-CHEMISTRY( LITHIUM ION, NICKEL-METAL HYDRIDE AND NICKEL CADMIUM) CHARGER FOR CLIN #0001 - Minimum Quantity - 500/Maximum Quantity - 16,000 - Minimum Salient Characteristics: shall have status indicators, shall be field upgradeable firmware/software to charge other/new batteries, shall allow radio to transmit while being charged, shall have the ability to hold a radio while the battery is being charged, shall allow battery to be charged independently; 3) CLIN #0001B - SIX BAY AC TRI-CHEMISTRY (LITHIUM ION, NICKEL-METAL HYDRIDE AND NICKEL CADMIUM) MULTI-CHARGER FOR CLIN #0001 - Minimum Quantity - 50/Maximum Quantity - 500 - Minimum Salient Characteristics: shall have status indicators, shall be field upgradeable (firmware/software) to charge other/new batteries, shall be wall-mountable, shall have the ability to hold a radio while the batteries are being charged, shall have the ability to charge the battery independently; 4) CLIN #0001C - COMPACT SINGLE UNIT DC ONLY TRI-CHEMISTRY (LITHIUM ION, NICKEL-METAL HYDRIDE, AND NICKEL CADMIUM) CHARGER FOR CLIN #0001 - Minimum Quantity - 250/Maximum Quantity - 3800 - Minimum Salient Characteristics: shall be compatible with CLIN #0001; 5) CLIN #0002 - HIGH CAPACITY BATTERY FOR THE MOTOROLA XTS5000/3000 RADIO - Minimum Quantity - 25/Maximum Quantity - 1000 - Minimum Salient Characteristics: 4000 Milliampere- (Mah) or higher, belt-clip ready; 6) CLIN #0002A - SINGLE UNIT AC/DC TRI-CHEMISTRY (LITHIUM ION, NICKEL-METAL HYDRIDE AND NICKEL CADMIUM) CHARGER FOR CLIN #0002 - Minimum Quantity - 50/Maximum Quantity - 1000 - Minimum Salient Characteristics: shall have status indicators, shall allow radio to transmit while being charged, shall allow battery to be charged independently; 7) CLIN #0002B - SIX-BAY AC/DC TRI-CHEMISTRY (LITHIUM ION, NICKEL-METAL HYDRIDE and NICKEL CADMIUM) MULTI-CHARGER FOR CLIN #0002 - Minimum Quantity - 5/Maximum Quantity - 100 - Minimum Salient Characteristics: shall have status indicators, shall be wall-mountable, shall have the ability to hold a radio while the battery is being charged, shall permit a battery to be charged independently; 8) CLIN #0002C - COMPACT SINGLE UNIT DC ONLY TRI-CHEMISTRY (LITHIUM ION, NICKEL-METAL HYDRIDE, AND NICKEL CADMIUM) CHARGER FOR CLIN #0002 - Minimum Quantity - 5/Maximum Quantity - 100 - Minimum Salient Characteristics: shall be compatible with CLIN #0002; 9) CLIN #0003 - BATTERY FOR MOTOROLA SABER RADIO - Minimum Quantity - 50/Maximum Quantity - 5000 - Minimum Salient Characteristics: Nickel Cadmium1800 mAh or higher, Nickel-Metal Hydride 2700 mAh or higher, shall be compatible with all Motorola Saber Radios. NOTE: CLIN #0001 through CLIN #0001C shall be awarded as an ?all or none? basis; CLIN #0002 through CLIN #0002C shall be awarded as an ?all or none? basis. Pricing shall be provided for the 12 month base period and four option years to include any/all quantity discounts offered. Warranty and technology refreshment/enhancement information, for each CLIN number, shall be included with each quote. All quotes will be considered. The vendor shall submit one (1) production sample of all products when submitting the RFQ. The provision at FAR Clause 52.212-1, Instructions to Offerors (JAN 2005) and addendum is incorporated. ADDENDUM to 52.212-1 modify (b) Submission of offers: ?Submit signed and dated offers to the attention of: Renee L. Braun. Contracting Officer, Re: RFQ E001801, FBI Academy, Hogans Alley - Building #15, Quantico, VA 22135.? All quotes are due by November 17, 2005, 12:00PM EST. NO FAX QUOTES WILL BE ACCEPTED. Delivery of items shall be 90 days after the receipt of a delivery order. Delivery shall be FOB Destination to Quantico, VA 22135 or specified address. All price quotes shall incorporate shipping, taxes, and other direct costs associated with the product. Modify (b) (10): The contractor shall provide the FBI with three (3) points of contact from previous contracts, either Government or Commercial, for the purpose of evaluating Past Performance. Any vendor not having government or commercial experience will be rated as ?Neutral.? FAR 52.212-2 - Evaluation-Commercial Items is incorporated by reference. Selection and award will be made to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by review of the information submitted by the offeror who must provide a description in sufficient detail to show that the product offered meets the Government?s requirement and a review of production sample(s). Note: CLIN #0001, CLIN #0002 and CLIN #0003 will be given additional consideration if the offered batteries exceed the minimum mAh (milliampere-hour) noted in the solicitation. Additional consideration will be based on the total Ah divided by the price of each battery. Offerors must include completed copies of the provision at 52.212-3, Offerors Representations and Certifications - Commercial Items or denote completion of their registration at http://orca.bpn.gov. Incorporated by reference are FAR Clauses 52.212-4, Contract Terms and Conditions (SEPT 2005) and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (SEPT 2005), Subsection (a), (b) 1, 5, 7, 9, 14-21, 23 31 and 33, (d) and (e). Addendum to Clause 52.212-4: add 52.216-18, Ordering (OCT 1995) - Fill in: Date of Award through 60 months; 52.216-19 Order Limitations (OCT 1995) - Fill in: $50, $500,000, $750,000, 30, 5; 52.217-9 Option to Extend the Term of the Contract (MAR 1989) - Fill in: 5 and 60 ; 52.233-2 Service of Protest (AUG 1996). The Department of Justice (DOJ) Justice Acquisition Clauses, 28.52.233-70 Protests Filed with the Department of Justice (JAN 1998); and 28.52.201-79 - Contracting Officer?s Technical Representative (COTR) (JAN 1985) are incorporated in this solicitation. The FBI?s Ombudsman for this solicitation is Mr. Richard Lee Haley II, Federal Bureau of Investigation, 935 Pennsylvania Avenue, NW, Washington, DC 20535. Mr. Anthony Baumann, Chief Contracting Officer, Federal Bureau of Investigation, 935 Pennsylvania Avenue, NW, Washington, DC 20535, shall serve as the FBI?s contact in accordance with FAR 52.233-3 Protest After Award. Addendum to Clause 52.253-5 Authorized Deviations in Clause (APR 1985), is incorporated by reference and applies to FAR Section 9.104-1. Other government agencies will be authorized use of this contract. Technical questions shall be in writing and must be forwarded to the referenced Contracting Officer either electronically at rbraun@fbiacademy.edu, rlbraun@fbiacademy.edu or via fax to 703-632-1844. It is recommended that interested offerors register at http://fedbizopps.gov to receive notification when amendments are issued and available for downloading. Please note the General Services Administration provides this notification as a convenience and does not guarantee the notifications will be received by all persons on the mailing list; therefore, we recommend interested parties monitor the FedBizOpps site for information regarding desired acquisitions. Technical questions regarding this requirement must be received no later than ten business days following publication of this notice and e-mailed to Renee Braun at the above-listed e-mail address or faxed to (703) 632-1844. See Note #1.
 
Place of Performance
Address: FBI Academy, Quantico, VA
Zip Code: 22135
Country: USA
 
Record
SN00915188-W 20051015/051013211757 (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.