Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 30,1998 PSA#2085

U.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, & COHERENT RADIATION EQUIPMENT SOL 618945 DUE 051898 POC john e. meyers, jr. 202-324-5818 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. This announcement consistutes the only solicitation; bids are being requested, a written solicitation will not be issued. The solitation document and incorporated provisions and clauses are those in effect thru FAC 97-04. This solicitation is being conducted under Simplified Acquisition Procedures (SAP) for Small Business- Small Purchase Set Aside . The Standard Industrial Classification is 3663 -- Business Size Standard is 750 employees. This is a firm fixed price contract. The FBI intends to make award to a company offering a brand name or equal product based on the following requirement: 1 ea -- manufacturer; Sitemaster #s113 Frequency Domain Reflectometer; 53 ea #s331A MHZ Built-in DTF and 54 ea #760-194a transit cases. Equal products must have the following features: must be a frequency domain reflectometer & resistant to RF interference -- battery operated and of hand held size -- frequency range: low model range of 5-1000 MHZ, high model range of 25-3000 MHZ -- It must be able to perform distance to fault measurements, return loss measurements, voltage standing wave ratio mearsurements. Must be capable of: generating Smith Charts with accumulated data, post processing of trace information, storing at least 28 traces, must have a serial computer interface and must utilize a single frequency CW transmission mode. If items called for by this synopsis have been identified by a "brand name" or equal descriptive, such identification is intended to be descriptive not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory to the Government. Quotes offering an equal product will be considered if such products clearly meet the Government's needs. Unless the vendor clearly indicates in their quotes that they are offering an " equal " product, along with the manufacturer name, the quotes shall be considered as a brand name product referenced in this synopsis. Delivery to individual Field Offices must be made as soon as possible after award. (delivery addresses will be provided to awarded contractor). The Year 2000 Warranty provision is incorporated into this solicitation by reference. The provisions at FAR 52.212-1, Instructions to Offerers; Far Clause 52.212-4, Contract Terms and Conditions; and 53.212-5 incorporating by reference Subparagraphs (1) through (11) and (13) through (16), Contract Terms & conditions required to Implement Statutes & Executive Order and any addenda thereto, apply to this acquisition. FAR Clause 52-212-3 Offeror Representations and Certifications apply to this acquisition, each offeror shall include a completed copy of 52.212-3 with this quote ( SEE WEBSITE: http://www.ARNET.gov far) as does 52.212-4 Evaluation is incorporated by reference & applies, award will be based on a best value to the Government. the Following factors shall be used to evaluate offers: Technical, Price and Past Performance (in descending order of precedence). All bids received within (20) days after date of publication of this synopsis will be considered by the Government. Warranty period extends one year after acceptance or better. All bids should be submitted to the address listed above no later than 4:00 PM EST, May 18, 1998, clearly marked with #618945. The point of contact is John E. Meyers, Jr., Contract Specialist, at the address and phone number listed above. Also, all potential bidders are hereby notified that due to security requirements, Federal Express, DHL, UPS, etc., deliveries are received at an offsite location. Therefore, the normal response time of 15 days has been extedned to 20 days. No hand carried proposals will be accepted. Bidders are hereby notified that if your bid is not physically located in the hands of the POC by the date/ time and at the location specified in this annoucement, it will be considerde late/ non-responsive ( see FAR 52.215-1 (C)(3)(I)). Faxed proposals are encouraged at (202) 324-5722. Proposals must clearly show that the offerer can meet the minimum requirement of the Government. Award to be made within one month after closing. See Note 1 and 12. (0118)

Loren Data Corp. http://www.ld.com (SYN# 0233 19980430\58-0004.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page