Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 24,1998 PSA#2144

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 -- AUDIO EQUIPMENT SOL RFP-900318 POC Theresa M. Powell, Contracting Officer, (202) 324-3318 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. 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 RFQ-900318 and is 100% set aside for small business concerns. The North American Industry Classification System (NAICS) code is 33431 (NAICS replaces the Standard Industrial Classification (SIC). SIC code replaced is 3651), the size standard is 750 employees, and incorporates FAR 52.219-6. The RFQ incorporates provisions and clauses that are in effect through Federal Acquisition Circular 97-5. The Federal Bureau of Investigation (FBI) intends to award a firm-fixed priced contract, "brand name or equal" for 3 ea DAC Model DAC4600MU, Portable Adaptive Filter MicroDACIII. This audio processor shall meet the following specifications: 1) light, portable and easyto operate; 2) perform Bernard Widrow's interfering noise canceling algorithm for two channel processing; 3) perform coherent noise canceling algorithm for one-channel data; 4) optimized design for voice speech enhancement; 5) DC/AC power operation; and 6) output adaptive filter coefficients. Also to be purchased is 3 each DAC Model DOW2B, Stereo Audio Cassette Transcribers. The proposed translator cassette tape workstation shall meet the following specifications: 1) light, portable and easy to use; 2) panel and foot pedal control of tape motion; 3) perform digital speech processing; 4) perform coherent noise reduction; 5) a minimum of 60 seconds digital RAM memory; 6) looping of 60 seconds with clear sounds; 7) digital tape counter and clear time display; 8) dual headphone jacks; and 8) AC powered for office use. If items called for by this RFQ have been identified in the synopsis/solicitation by a "brand name or equal" description, such identification is intended to be descriptive, not restrictive, and to indicate the quality and characteristics of products that will be satisfactory. Quotes offering "equal" products (including products of the brand name manufacturer other than the one described by the brand name) will be considered if such products is (are) clearly identified in the quote and is (are) determined by the FBI to meet fully the salient characteristic requirements of above products. Unless the vendor clearly indicates in their quotes that they are offering an "equal" product, the quotes shall be considered as offering a brand name product referenced in this synopsis/solicitation. If the offeror proposes to furnish an "equal" product, the brand name of the product to be furnished shall be provided in the quotes. All quotes will be considered and the FBI reserves the right to request samples. The Year 2000 Warranty provision is incorporated into this solicitation by reference. The provisions at FAR Clauses 52.212-1, Instructions to Offerors and, ADDENDUM add : The contractor shall provide an FOB destination to the FBI, Engineering Research Facility, Quantico, Virginia. Delivery Specifications: Delivery shall be between the hours of 8:00 AM and 4:00 PM, Monday through Friday, excluding holidays. Delivery shall be made within 30 days from receipt of purchase order. Offerors shall provide a list of current Government contracts for the purpose of evaluating Past Performance. Offerors shall provide names, addresses and telephone numbers of customers (please limit to a maximum of 10 references), either Government or commercial, that have received the product during the past three years (this information is needed for the evaluation of past performance). FAR Clause 52.212-4, Contract Terms and Conditions; and 52.212-5, incorporating by reference Subparagraphs (1) through (11), and (13) through (16), Contract Terms and Conditions Required to Implement Statutes and Executive Orders; and any addenda thereto, apply to this acquisition. Clause 52.212-3, Offeror Representations and Certifications apply to this acquisition. Each offer shall include a completed copy of 52.212-3 with the quote. FAR Clause 52.212-2, Evaluation is incorporated by reference and applies to this acquisition. ADDENDUM 52.212-2(a)-Award will be based on best value to the government. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. Technical and Past Performance (listed in descending order of precedence) is more important than price. Additional requirements -- Warranty: The contractor shall extend to the FBI full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranties are available at no additional cost to the FBI. Acceptance of the standard commercial warranty does not waive the FBI's rights under the "Inspection" clause nor does it limit the FBI's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The standard commercial warranty period shall begin upon final acceptance of the applicable product listed in the synopsis/solicitation. An original and one copy of the technical quote, the original cost quote, are due by 2:00 PM, EST, 08/10/98, to the attention of Ms. Theresa M. Powell, Contracting Officer, Federal Bureau of Investigation, JEH Building, Room 6888, 935 Pennsylvania Ave., N.W., Washington, D.C. 20535-0001. HAND DELIVERIES TO ANY FBI LOCATION WILL NOT BE ACCEPTED. Due to security requirements, postal, Federal Express, DHL, UPS, etc., deliveries are now received at an off-site location and then forwarded to the FBI 935 Pennsylvania Avenue location, adding additional time to the overnight, next-day process. Therefore, additional time (5 days) has been added to the receipt of quotes. Offerors must acquaint themselves with the new regulations concerning Commercial Item acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications (located on the Internet) are executed and returned as required in this synopsis/solicitation. WebSite: (FAR) http://www.ARNET.gov far NOTE: 1 and 12. Posted 07/22/98 (W-SN227160). (0203)

Loren Data Corp. http://www.ld.com (SYN# 0354 19980724\58-0013.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page