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