Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 22,2000 PSA#2541

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 RFQ 900792 DUE 030900 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; quotes are being requested and a written solicitation will not be issued. This solicitation is under the Simplified Acquisition Procedures (SAP) for Small Business-Small Purchase Set-Aside. The Standard Industrial Classification is 3663, and the Business Size Standard is 750 employees. This will be a Firm Fixed price Indefinite Delivery Indefinite Quantity contract for the acquisition of the following Brand Name (DELTA) encoder and decoder or equal items and quantities. This is a Request for Quotes -- RFQ No. 900792. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-15. The manufacturer of this equipment is: Delta Information Systems, Inc., Horsham, PA. This will be a Firm Fixed-Price contract for the acquisition of the following items and quantities. The minimums are as identified below and the estimated maximum are as follows: Item #1.30; Item #2.30; Item #3.60; Item #4.30 Item #5.30;and Item #6. 60 over the life of this contract. The encoder and decoder system must transmit real-time video and audio from a remote location to a monitoring site via digital circuits. There shall be reverse audio channels. When in operation the encoder must be programmable from the decoder. Item #1 Minimum Quantity of three (3) Model 2001H-A1-N-R-C, Half Chassis MPEG-2 Video/Audio Encoder. 2. Item #2 Minimum Quantity of two(2) Model 2001R-A1-N-R-C-12V, Ruggedized MPEG-2 video/audio encoder. Item #3 Minimum Quantity of five (5) Model 2101H-A1-N-R-C, Half Chassis MPEG-2 Video/Audio Decoders. Item #4 Minimum Quantity of six (6) Model 3004R-A1-N-R-C-12V, Ruggedized Video/Audio Encoders w/T1 interface. Item #5 Minimum Quantity of four (4) Model 3005R-A1-N-R-C-12V, Ruggedized Video/Audio Encoder w/T1 interface. Item #6 Minimum Quantity of ten (10) Model 3103H-A1-N-R-C, Half Chassis video/audio decoder w/T1 interface. The following are the minimum salient characteristics for each item: 1. Model 2001H-A1-N-R-C half chassis encoder. Same as Model 2001R-A1-N-R-C-12V except for the following: Shall have front panel display, keypad, menus. Power voltage shall be 100 to 250 VAC. Frequency shall be 50/60 Hz. Connectors shall have standard three (3) prong IEC-320 power cord receptacle. Size shall be Maximum 15"x9"x2" (Desk top stand alone). Operating Temperature shall be -20 degree C to +50 degree C. 2. Model 2001R-A1-N-R-C-12 Encoder shall at a minimum have video input ports quantity of one(1). The format shall be NTSC Composite (color & B/W). Levels shall be 1.OVp-p. Impedance shall be 75 ohm. Connector shall be BNC. Video Compression algorithm: ISO/IEC 13818-2 MPEG-2 MP@ML Modes:I-only,IP, IPB FRAMES (USER SELECTABLE) Resolution 720x480/360x480 (USER SELECTABLE). Frame rate 30 fps. Quality 4 settings (USER SELECTABLE). Audio input shall have two ports (left, right)(USER SELECTABLE: NONE, ONE, BOTH). Format balanced/unbalanced (line level). Levels 2.8 Vp-p (1Vrms) Impedance 10K ohms, Connector mini-XLR (2 terminals used for unbalanced, 3 terminals for balanced). Audio Compression-Algorithm: ISO/IEC 13818-3, MPEG-1 Level 1 and 2, sample rates: 0,8,16,32,48 Ksps (8 bits/sample)(USER SELECTABLE), Lip synchronized with video. Audio Output requirements are the same as (AUDIO INPUT EXCEPT USER SELECTABLE:NONE,ONE,BOTH). Data Input shall have interface RS-232 (USER SELECTABLE enable/disable), Data rate up to 115.2 Kbps (USER SELECTABLE), format data bits/stop bits/parity (USER SELECTABLE), connector shall be DB-9. Transmission data interface shall be EIA-530, data rate shall be 1.5 Mbps to 10 Mbps, connector shall be DB-9. Remote Control shall be ASCII message via the EIA-530 interface from the decoder. Power voltage shall be +12VDC. Protection shall be reverse polarity correction, connector shall have three (3) position terminal blocks; size shall be max 8'x8"x4" Ruggedized; operating temperature shall be -20C to +70C. 3. Model 2101H-A1-N-R-C- Decoder shall at a minimum have one (1)video output port; format shall be NTSC composite (color & B/W); levels shall be 1.OVp-p; impedance shall be 75 ohms; connector shall be BNC; Video compression-algorithm: ISO/IEC 13818-2, MPEG-2 MP@ML; Audio Input shall have two (2) ports (left, right) (USER SELECTABLE: none,one,both); format shall be balanced/unbalanced (line level); levels 2.8Vp-p (1Vrms); impedance shall be 10K ohms; connector mini-XLR (2 terminals used for unbalanced, 3 terminals for balanced); Audio Output requirements are the same as audio input EXCEPT (USER SELECTABLE: NONE,ONE, BOTH); Audio Compression-Algorithm ISO/IEC 13818-3, MPEG-1 Level 1 and 2; sample rate 0.8.16,32,48 Ksps (8 bits/sample) (USER SELECTABLE); Data Output shall have interface RS-232; connector shall be DB-9; Receive Data shall have interface EIA-530; Data rate 1.5 Mbps to 10 Mbps; connector shall be DB-25; Control shall have front panel display,keypad, menus; power voltage shall be 100 to 250 VAC; Frequency shall be 50/60Hz; connector shall have standard 3 prong IEC-320 power cord receptacle; Physical size shall be maximum 15"x9"x2" desk top/stand alone; operating temperature shall be -20Cto +50C. 4.Model 3004R-A1-N-R-C-12V Encoder video input shall have one (1) port; format shall be NTSC composite (Color & B/W); Levels shall be 1.OVp-p; impedance shall be 75 ohm; connector shall be BNC; Video compression -Algorithm shall be H.261; data format shall be randomized NRZ-L; resolution shall be CIF(352Hx240V); quality four (4) settings (USER SELECTABLE);Audio input shall have two(2) ports (left,right)(USERSELECTABLE:none,one, both); format shall be balanced/unbalanced (Line Level); levels shall be 2.8Vp-p (1Vrms); impedance 10K ohms; connector shall be mini-XLR(2 terminals for unbalanced, 3 terminals for balance); Audio coding sample rates 0,8,16,32,48 Ksps (8 bits/sample) (USER SELECTABLE); Coding shall be Mu-Law, PCM; Lip synchronized to video; Audio Output shall have two(2) ports left, right;format balanced/unbalanced (line level); levels 2.8Vp-p (1Vrms);impedance 10K ohm; connector mini-XLR (2 terminals for unbalanced, 3 terminals for balanced); T1 Interface shall have 4-wire T1 DSU/CSU; Line rate shall be T1(1.544Mbps); framing D4 (SF) or ESF(USER SELECTABLE); line code AMI or B8ZS (USER SELECTABLE);connector shall be RJ-48; Remote control shall be ASCII message via. T1 interface from decoder; Power voltage shall be +12VDC; protection shall have reverse polarity correction; connection shall have three (3) position terminal block; Size shall be Maximum 8"x6"x4" Ruggedized operating temperature -20C to +70C. 5. Model 3005R-A1-N-R-C-12V Encoder specification are the same as Model 3004R-A1-N-R-C-12V Encoder except for the following characteristics: Video input shall have three(3) ports (USER SELECTABLE from decoder, manual and sequential switching); Audio input shall have six(6 ports)(2 per video channel)(audio selection follows video). 6. Model 3103H-A1-N-R-C Decoder shall have video output with one (1) port; format shall be NTSC composite (color & B/W); levels of 1.OVp-p; impedance shall be 75 ohm; connector shall be BNC; video compression algorithm shall be H.261; data format shall be randomized NRZ-L; Audio input shall have two(2) ports left and right (user selectable none,one, both); format shall be balanced/unbalanced (line level); levels shall be 2.8Vp-p (1Vrms); impedance shall be 10K ohms; connector shall be mini-XLR (2 terminals used for unbalanced, 3 terminals for balanced); sample rates 0,8,16,32,48 Ksps (8 bits/sample) (user selectable); Coding Mu-Law, PCM; Audio Output shall have two(2) ports left and right; format shall be balanced/unbalanced (line level); levels shall be 2.8Vp-p (1Vrms); impedance shall be 10K ohm; connector mini-XLR (2 terminals used for unbalanced, 3 terminals for balanced); T1 Interface shall have 4-wire T1 DSU/CSU; line rate shall be T1(1.544Mbps); framing shall be D4(SF) or ESF(user selectable); Line Code AMI or B8ZS (user selectable);connector shall be RJ-48; Control shall have front panel display, keypad and Menus; Power voltage shall be 100 to 250 VAC; frequency shall be 50/60 Hz; connector shall have standard 3 prong IEC-320 power cord receptacle; Size shall be Maximum 15"x9"x2" desk top/stand alone; operating temperature shall be -20C to +50C. The above list is intended to be descriptive, but not restrictive. Each system shall include a back-to-back test cable and Mini-XLR connector for each audio channel. Each MPEG unit shall include an EIA-530 cable, and each desk top/stand alone shall have an AC power cord for US operation. 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 or equal product the brand name of the product furnished shall be clearly identified on the quote. 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 meet the salient characteristics of this requirement. Vendors proposing to modify a product to make it conform to the requirements of this announcement, shall include a clear description of the proposed modification and clearly mark any descriptive material to show proposed modification- Warranty Period shall be one year after acceptance -Systems life three (3) years, the remaining period at the conclusion of ordering will require an estimated annual cost based upon a five percent of the original equipment cost to calculated maintenance and upgrades. Destination shall be FOB to the Federal Bureau of Investigation, Engineering Research Facility, Quantico, VA. All quotes shall be mailed to the address listed in the CBD announcement no later than 1:00 pm EST, March 9, 2000 and clearly marked with the RFQ No. 900792. No hand carried quotes will be accepted. The point of contact for information is Edith Young, Contract Specialist, at the address and phone number listed above. All potential bidders are hereby notified,due to security requirements, that Federal Express, DHL, UPS, etc., deliveries for FBI Headquarters are now received at an offsite 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 stated above, and at the specified location in this announcement, your quote will be considered late. The following provisions and clauses are applicable to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items: 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The full text clauses can be obtained at Web Site (FAR) http://www.arnet.gov/far/. Provision 52.212-2 Evaluation -- Commercial Items are tailored to read as follows: The following factors shall be used to evaluate offers: Technical (technical design, capability of the item offered to meet the government's need); Past Performance; and Price. Past performance consists of: quality of product; customer satisfaction; and adherence to delivery schedule. Technical and past performance, when combined, are significantly more important than price. However, past performance is more important than price. The following clauses/provisions are applicable in Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items: 52.203-6 Alt I. (JUL 1995); 52.219-8 (OCT 1999); 52.222-21 (FEB 1999); 52.222-26 (FEB 1999); 52.222-35 (APR 1998) 52.222-36 (JUN 1998); 52.222-37 (JAN 1999); 52.225-3 (JAN 1994); 52.232-33 (MAY 1999); and 52.232-36 (MAY 1999). The following Department of Justice clauses are applicable to this solicitation and can be obtained in full text at http:://www.usdoj.gov/jm; 2852.2001-70 Contracting Officer's Technical Representative,(JAN 1985); 2852-233-70 Protests Filed Directly with the Department of Justice, JAN 1998. The following clauses are also incorporated by reference into this solicitation: 52.217-9 Option to Extend the Term of the Contract (NOV 1999); The CO may extend the terms of the contract within 30 days, preliminary notice within 60 days. The total duration shall not exceed three years; 52.216-18 Ordering (OCT 1995) Orders may be issued from date of award through contract expiration; 52.216-19 Ordering Limitations (OCT 1995) when the government requires supplies or service covered by this contract in the quantity of one, the government is not obligated to purchase nor is the contractor obligated to furnish those supplies under the contract. The contractor is not obligated to honor (1) any order for a single item in excess of what the purchase order authorizes; (2) a series of orders from the same ordering office with 2 days that together call for quantities exceeding the limitation in subparagraph 1 of this section. The contract shall govern the contractor's and government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided the contractor shall not be required to make any deliveries under this contract after three years from date of award; 52.216-22 Indefinite Quantity (OCT 1995); 52.219-1 Small Business Program Representations (MAY 1999); and 52.211-6 Brand Name or Equal (AUG 1999). By submitting a quote to this solicitation, offerors are certifying that their equipment is/will be Year 2000 compliant. If any of this equipment does not conform with Year 2000 requirements, the Government will require the Contractor to perform any and all services necessary to ensure equipment conforms with Year 2000 requirements, at no increase in contract amount. The rights of the Government and remedies described in this clause are in addition to all other rights and remedies set forth in this solicitation. Specifically, the Government reserves its rights under the Inspection of Services and Termination Clauses. The contractor represents that the following warranty applies to products provided under the resulting contract: The Contractor warrants that the products provided under the resulting contract shall be able to accurately process date/time data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations. The duration of this warranty and the remedies available to the Government for breach of this warranty shall be definedin, and subject to, the terms and limitations of the manufacturer's standard commercial warranty or warranties contained in this contract or the applicable End User License Agreement, provided that notwithstanding any provision to the contrary in such commercial warranty or warranties, the remedies available to the Government under this warranty shall include an obligation by the Contractor to repair or replace any such product whose noncompliance is discovered and made known to or for a period of six months following acceptance, whichever is the later date. Nothing in this warranty shall be construed to limit the rights or remedies that the Government may otherwise have under this contract. This warranty shall not apply to products that do not require the processing of date/time data in order to function as specified in the contract. Offerors are to provide their commercial warranty and delivery information with their proposals. If necessary, the Contractor will be required to submit product samples and allproduct literature and technical information, including specification data sheets, in order for the government to sufficiently evaluate whether the product meets the government's need. Offerors are to provide the last three current and/or past contract references to include name, address, current phone number and facsimile number, and contract number. This information will be used to evaluate offeror's past performance history. Offerors are to submit provision 52.212-3, Offeror Representations and Certifications-Commercial Items with their proposal. Offers are due by 03/09/00, 1:00 pm EST to the address identified above. Proposals shall be submitted on the Standard Form 1449 with an original and one copy. Facsimile and hand deliveries are not accepted at any FBI location. This information should be relayed to courier services. Please submit any questions, in writing 5 days before receipt of proposals to Attn: Edith Young at facsimile (202) 324-5722. It is the responsibility of the offeror to ensure that their proposal is received at or prior to the noted date/time in this announcement. ***** Posted 02/17/00 (W-SN426465). (0048)

Loren Data Corp. http://www.ld.com (SYN# 0229 20000222\58-0001.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page