|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 23,1998 PSA#2037U.S. Department of Justice, Federal Bureau of Investigation, J. Edgar
Hoover Building, Rm 6875, 935 Pennsylvania Ave., N.W., Washington, DC
20535-0001 58 -- COMMUNICATION, DETECTION, AND COHERENT RADIATION EQUIPMENT SOL
RFQ7173 DUE 031098 POC Sandra Y. Carr, Contract Specialist, (202)
324-1474 This is a combined synopsis/solicitation for commercial items
prepared in accordance with the format in FAR Subpart 12.6, as
supplemented with additional information included in this notice. The
announcement constitutes the only solicitation; bids are being
requested and a written solicitation will not be issued. The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular (FAC) 90-46. This
solicitation is under the Simplified Acquisition Procedures (SAP) for
Small Business-Small Purchase Set-Aside. The Standard Industrial
Classification is 3669, and Business Size Standard is 750 employees.
This will be a Firm-Fixed price contract for one hundred and twenty
(120) Laser Rangefinder, model #20-0400, Brand Name (Bushnell) or Equal
that meets the following salient characteristics: Laser Type: Infrared
Class I, eyesafe; Units of Measure: Measure distances in either yards
or feet; Range of Measure: Can measure from 16 yards/meters to 400
yards/meters on moderately reflective targets; up to 999 yards/meters
for highly reflective targets; Measurement accuracy: + 1 yard/meter;
Power Source: one 9 volt battery; Weight: 18 ounces; External
Dimensions: 6.20 inches in length, 4.5 inches in width, 3 inches in
height; Optical Design: Monocular Optical viewing system (dual
objective lens and single eyepiece) containing an inview LCD display
system; (a) Magnifying Power: four times, (b) Eye relief: 25
millimeters, (c) Field of View: eight degrees and (d) Illuminating
indicators: contains indicators that advise when the laser is active,
the target reflectivity level, the precision tolerance of a measurement
and the battery condition; Targeting Modes: (a) Standard: used for
moderately reflective targets, allows most targets to be distanced to
400 yards/meters, (b) Reflective: used for highly reflective targets
increases the effective range up to 999 yards/meters, (c) Rain: in this
setting, device will ignore feedback from energy pulses reflecting off
of precipitation such as rain and snow and (d) Zip mode: device will
ignore energy pulses reflecting off objects less than 115 yards/meters
away. The above listed characteristics are intended to be descriptive,
but not restrictive. Unless clearly marked that the vendor is quoting
on an "equal" the offered item shall be considered as the brand name
product referenced in this announcement. If the vendor proposes to
furnish an "equal" product the brand name if any of the product to be
furnished shall be inserted on the proposal. The evaluation of
quotations and the determination as to equality of the product shall be
the responsibility of the Government and will be based on information
furnished by the vendor. The purchasing activity is not responsible for
locating or securing any information which is not identified in the
quotation and reasonably available to the purchasing activity. To
insure that sufficient information is available the vendor must furnish
as a part of his quotation all descriptive material (such as cuts,
illustrations, drawings, or other information) necessary for the
purchasing activity to determine whether the product meets the salient
characteristics of the requirement. If the vendor proposes to modify
a product so as to make it conform to the requirements of this
announcement he shall include a clear description of such proposed
modification and clearly mark any descriptive material to show the
proposed modifications -- Warranty Period one year after acceptance --
System Life three (3) years, the remaining two years subsequent to
equipment warranty will require and estimated annual cost based upon
five percent of the original equipment cost to calculate maintenance
and upgrade funds required over the systems life of this equipment --
Destination-FOB -- Delivery FBI, Engineering Research Facility,
Quantico, VA 22135. All bids shall be mailed to the address listed in
the CBD, no later than 4:30p.m. EST, March 10, 1998, and be clearly
marked with RFQ #7173. Bid samples are required, (submit all samples to
Delivery address, Attn. Robert Willis). No hand carried proposals will
be accepted. The Point of Contact for all information is Ms. Sandra Y.
Carr, Contract Specialist, at the address and phone number listed
above. Also, all potential bidders are hereby notified that due to
security requirements, Federal Express, D.H.L., UPS, ETC, deliveries
for the FBI Headquarters facility are now received at an off-site
location. Therefore, the normal response time of 15 days has been
extended to 20 days. The FBI has allowed five (5) extra days from the
release of this CBD synopsis/solicitation for receipt of a bid. Bidders
are hereby notified that if your proposal is not received by the
date/time and at the location specified in this announcement, that it
will be considered late. The following clauses and provisions are
incorporated by reference and apply to this acquisition: FAR provision
52.212-1 Instructions to Offerors -- Commercial Items (June 1997); FAR
clause 52.212-4 Contract Terms and Conditions—Commercial Items
(May 1997). Each offeror shall include a completed copy of the FAR
provision 52.212-3 Offeror Representations and Certification Commercial
Items (January 1997). All responsible sources may submit a quotation
which, if timely received shall be considered by the agency. The
Government will award to the responsible offeror whose offer conforming
to this solicitation will be most advantageous to the Government, price
and other factors considered. Offerors will be evaluated in accordance
with FAR provision 52.212-2 Evaluation -- Commercial Items (October
1997). The following factors shall be used to evaluate offers. The
ability to meet the technical capability and price in descending order
of importance. Fax proposals will be accepted and, in fact, are
encourage at (202) 324-5722. Telephone calls will not be accepted.
Proposals must state name, address and RFQ number. A technically
acceptable proposal must clearly show that the offeror can meet the
minimum requirement of the Government. Award to be made within one week
after closing. (0050) Loren Data Corp. http://www.ld.com (SYN# 0259 19980223\58-0009.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|