|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 12,1999 PSA#2408U.S. Department of Justice, Federal Bureau of Investigation, J. Edgar
Hoover Building, Rm 6875, 935 Pennsylvania Ave., N.W., Washington, DC
20535-0001 66 -- INSTRUMENTS AND LABORATORY EQUIPMENT SOL RFQ897875 DUE 083099
POC Edith M. Young, Contract Specialist, (202)324-8809 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
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) 97-12. This solicitation is under
the Simplified Acquisition Procedures (SAP) for Small Business-Small
Purchase Set-Aside. The Standard Industrial Classification is 3823, and
the Business Size Standard is 500 employees. This will be a Firm-Fixed
price contract for the acquisition of the following(Tri-Plex System)
Brand Name or Equal items. All items will be required in a quantity of
one (1). One (1) Osprey Telecom Signal Recorder with DS3 Interface
Striping Software and accessories or Equal. The following are the
minimum salient characteristics. Recorder shall have T-3 record and
playback at 44.736 Mbps. System shall record and playback variable data
rates from 0 to 45 Mbps. System shall have select T-1 tributary to
demultiplex from T-3. Shall be framed signal present indicator. Shall
have a power on/off switch. Shall have remote control RS-232 port that
provides remote control of all functions. Systems power shall be 95 to
130 volts AC and 180 to 260 volts AC auto-ranging 47 to 63 Hz. System
shall have storage media compatible with Quantum DTL-7000 tape drive.
Each system chassis shall be in size 7"Hx19"Wx22"D (rack mount) and
weigh not more than 28lbs. (2) One additional (1) (Osprey Chassis and
Tape Drive) with the seamless recording option; Chassis shall have
continuous and seamless recording and playback for up to three (3) plus
hours at the T-3 rate without operator intervention. Shall have
unlimited seamless recording and playback at the T-3 rate with operator
intervention. Shall have take drive expansion chassis. Shall have the
ability to add additional DLT 7000 tape drives. Shall have one
additional DLT tape drive with cables, terminator plug, update disk, 1
DLT tape and 1 DLT cleaning tape. Tape drive shall have seamless
recording and playback for over 6 hours at the T-3 rate without
operation intervention. Shall have one additional DLT tape drive with
cables, update disk, 1 DLT tape and 1 DLT cleaning tape and drive
mounting hardware. The above listed characteristics are intended to be
descriptive, but not restrictive. Unless visibly marked that the
vendor is quoting an "equal" the offered items shall be considered the
brand name product as referenced in this announcement. If offering an
equal product the brand name of the product furnished shall be clearly
identified on the proposal. The evaluation of quotes and the
determination as to equality of the product shall be the responsibility
of the Government and shall be based on information provided by the
vendors. The Government is not responsible for locating or securing any
information which is not identified in the quotation and reasonable to
the purchasing activity. To insure that sufficient information is
available the vendor must furnish as part of their quote all
descriptive material necessary for the purchasing activity to determine
whether the products meets this requirement. Vendors proposing to
modify a product to make it conform to the requirements of this
announcement shall include a clear description of proposed modification
and clearly mark any descriptive material to show proposed
modification. All equipment delivered as a result of this announcement
shall be Year 2000 Compliant. Offeror shall submit with their offer
verification of the Year 2000 compliance. Warranty period shall be for
one year after acceptance of the equipment. Destination FOB-Delivery
FBI Engineering Research Facility, Attn: Support Services Spvsr.
Building #27958A Quantico, VA 22135. All bids shall be mailed to the
address listed in the CBD announcement no later than 1:00p.m. EST,
August 30, 1999 and clearly marked with the RFQ# 897875. No hand
carried proposal will be accepted. Fax proposal will be accepted
(202)324-5722. The point of contact for information is Edith M. Young
Contract Specialist, at the address and phone number listed above. All
potential bidders are hereby notified due to security requirements,
Federal Express, DHL, UPS, 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 the CBD synopsis/solicitation for
receipt of bids, vendors are hereby notified that if your proposal is
not received by the date/time and at the specified location in this
announcement, your bid will be considered late. The following clauses
and provisions are incorporated by reference and apply to this
acquisition: FAR provision 52.212-1 Instruction to Offerors- Commercial
Items (June 1999); FAR clause 52.212-4 Contract Terms and
Conditions-Commercial Items( May 1999); FAR clause 52.212-5 Contract
Terms and Conditions Required to Implement Statues or Executive Orders-
Commercial Items (May 1999). The following FAR clauses apply to this
requirement and are hereby incorporated by reference: FAR 52.203.6
Restriction on Subcontractor Sales to the Government (Jul 1995); FAR
52.219.8 Utilization of Small Business Concerns (June 1999); FAR
52.222.21 Prohibition of Segregated Facilities (Feb 1999); FAR
52.222.26 Equal Opportunity (Feb 1999); FAR 52.222.35 Affirmative
Action for Disabled Veterans and Veterans of the Vietnam Era (Apr
1998); FAR 52.222.36 Affirmative Action for Workers with Disabilities
(Jun 1998); FAR 52.225.8 Buy American Act-Trade Agreement-Balance of
Payment Program Certificate (Jan 1994). Each offeror shall include a
completed copy of the FAR provision 52.212-3 Offeror Representations
and Certification Commercial Items (June 1999). The following Justice
Acquisition Regulations (JAR) are also applicable to this acquisition
: JAR clause 2852.201.70 Contracting Officers Technical Representative
(COTR) (Jan 1985) and JAR clause 2852.211.70 Brand-Names or Equal. All
responsible offerors may submit a quotation which, if timely received
shall be considered by the agency. The Government will award to the
responsible offeror whose offer conforms to this solicitation and will
be most advantageous to the Government, price and other factors
considered. Past Performance Offeror shall provide at a minimum the
names and telephone numbers of three customers that have acquired the
same or similar products for past performance evaluation. Offerors will
be evaluated in accordance with FAR provision 52.212-2
Evaluation-Commercial Items (Jan 1999). The following factors shall be
used to evaluate offers. Technical and past performance when combined
are significantly more important than price. The ability to meet the
technical requirements and price in descending order. Technically
acceptable proposal must show that the offeror can meet the
requirements of the Government. Proposals must state name, address and
RFQ number. To view the clauses in full text visit the following
websites: http://www.arnet.gov;
http://www:usdoj.gov/jmd/pss/jarinet.htm See numbered note 1*****
Posted 08/10/99 (W-SN365840). (0222) Loren Data Corp. http://www.ld.com (SYN# 0397 19990812\66-0015.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|