|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 20,1999 PSA#2435Department of the Treasury, United States Secret Service (USSS),
Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC,
20001-4518 67 -- SONY DIGITAL CAMERAS SOL USSS990054 DUE 092299 POC Kelly Curtin,
Contract Specialist, Phone 202/406-6940, Fax 202/406-6801, Email NONE
WEB: Visit this URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=USSS990054&Lo
cID=38. E-MAIL: Kelly Curtin, NONE. This is a combined
solicitation/synopsis 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 Request For Proposals; offers are being requested and a written
solicitation will not be issued. Solicitation number USSS990054 is
issued as a Request for Proposal through Federal Acquisition Circular
97-12. This is a 100% small business set-aside. The SIC code is 5043
and the small business size standard is 500. The United States Secret
Service has a requirement for the following: Line Item 0001: Quantity
of two hundred thirty-seven (237) Sony Mavica Model No. MVC-FD88
digital floppy disk (3.5" 2HD 1.44MB) cameras. Specifications must meet
the following minimum requirements: High SXGA (JPEG) interpolated
resolution still images (1280 x 960); 1.3 million pixel CCD; MPEG movie
mode: Video mail mode -- 160 x 112 (60 seconds of video/audio on 3.5"
floppy) and Presentation Mode—320 x 240 (15 seconds of
video/audio on 3.5" floppy); 8X optical zoom lens; 16X digital zoom
lens; voice memo mode; 4X high speed floppy disk drive; removable 3.5"
2HD floppy storage media, compatible with Windows 3.1, Windows 95 and
98, Windows NT 4.0 and MAC OS System 7.5; whole disk copy capability;
delete and protect feature; bitmap mode capability (non-compressed
mode); e-mail mode to allow still image reduction (1/4) to 320 x 240
and MPEG file reduction to 160 x 112; built-in automatic adjustable
flash with on, off and auto positions; built-in self-timer; monotone,
sepia, negative art and solarization pre-programmed picture effects;
pre-programmed auto exposure modes, including a minimum of portrait,
landscape, pan focus, spot meter and slow shutter-two speeds; 2.5"
diagonal, 84K pixels TFT Color LCD with Solar Window panel and
brightness control; 1/30 to 1/4000 second shutter speeds; auto exposure
and white balance capability; manual exposure option, with seven
settings from -1.5 to +1.5 EV; rechargeable lithium-ion battery, with
capability for approximately 1500 shots (w/out flash) with LCD display
providing remaining time; shoulder strap; lens cap; built-in mono
microphone; built-in mono speaker with volume control; 1/3" progressive
CCD, 1300K pixels; ISO rating of 100; Lens: f=5.2-15.6, with 35mm
conversion (f=37-111mm); filter diameter of 37mm; standard and fine
quality setting; disk space remainder indicator; and time stamp. Line
Item 0002: Quantity of two hundred thirty-seven (237) Sony Model No.
LCS-MVC carrying cases for the Mavica Model No. MVC-FD88 digital
cameras. Strap must be adjustable for both shoulder and waist usage.
Case must provide additional compartments for additional disk storage.
No substitutions will be accepted. The following FAR Provisions and
Clauses are applicable unless otherwise noted: 52.212-1, Instructions
to Offerors-Commercial Items; 52.212-1 (Addendum): Paragraph (b)(10) is
deleted; please insert the following: "For evaluation of past
performance, the offeror must provide at least three references for
contracts/purchase orders of brand name Sony equipment. Each reference
must include customer's name and address, contact person, project
name, date of performance, telephone number and contract value for each
reference. If business entity establishment is less than three years,
provide related experience of key personnel." 52.212-2, Evaluation --
Commercial Items; 52.212-2 (Addendum): Paragraph (a) is deleted in its
entirety and replaced with: "The Government intends to award a firm
fixed price contract to the responsible offeror with acceptable past
performance whose proposal is lowest in price and conforms to the
specification as provided herein; 52.212-4, Contract Terms and
Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions
Required To Implement Statutes or Executive Orders -- Commercial Items.
The following clauses cited in 52.212-5 are applicable: 52.222-21,
Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity
(E.O.11246); 52.222-35, Affirmative Action for Disabled Veterans and
Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-36, Affirmative
Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37,
Employment Reports on Disabled Veterans and Veterans of the Vietnam Era
(38 U.S.C. 4212); 52.225-3, Buy American Act-Supplies (41 U.S.C. 10);
52.225-21, Buy American Act-North American Free Trade Agreement
Implementation Act-Balance of Payments Program (41 U.S.C. 10, Pub. L.
103-187). These FAR Provisions and Clauses may be accessed via the
world wide web at: http://www.arnet.gov/far/ . Telephone requests for
copies of FAR Provisions and/or Clauses will not be accepted. The
Contractor shall deliver the complete quantity, FOB Destination --
Inside Delivery, with all freight included in the delivered price.
Delivery to be made to: U.S. Secret Service -- Financial Crimes
Division, Washington Navy Yard, 245 Murray Drive, SW, Washington, DC
20373-5824. All proposals should include a unit cost for the equipment.
Delivery shall be within thirty (30) days of receipt of award. A
completed and signed copy of FAR 52.212-3, Offeror Representations and
Certifications-Commercial Items and "Compliance With Veterans
Employment Reporting Requirements" must be included with the submitted
proposal. A copy of FAR 52.212-3, Offeror Representations and
Certifications-Commercial Items, is available via the world wide web at
http://www.treas.gov/usss/proc/2123.htm . "Compliance With Veterans
Employment Reporting Requirements" may be found at
http://www.treas.gov/usss/proc/vets.htm . Please note: All responsible
offerors shall mail proposals to the U.S. Secret Service, Procurement
Division, 950 H Street, Suite 6700, Washington, DC 20001-4518, or fax
same to (202) 406-6801, Attn: Kelly Curtin; to be received no later
than 12:00 P.M., Wednesday, September 22, 1999. Award is anticipated
within 30 days of receipt of proposals. See Note 1. Posted 09/16/99
(D-SN381190). (0259) Loren Data Corp. http://www.ld.com (SYN# 0201 19990920\67-0001.SOL)
67 - Photographic Equipment Index Page
|
|