Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MARCH 7, 2001 PSA #2802
SOLICITATIONS

67 -- PHOTOGRAPHIC EQUIPMENT

Notice Date
March 5, 2001
Contracting Office
U.S. Department of Justice, Federal Bureau of Investigation, J. Edgar Hoover Building, Rm 6875, 935 Pennsylvania Ave., N.W., Washington, DC 20535-0001
ZIP Code
20535-0001
Solicitation Number
RFQ0022895
Response Due
March 26, 2001
Point of Contact
Sandra Y. Carr, Contracting Specialist, (202) 324-1474
Description
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. Request for Quotes (RFQ) 0022895 is assigned and shall be referenced on any quotation. This a Request for Quotation all incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-22. This solicitation is under the Simplified Acquisition Procedures (SAP) for Small Business-Small Purchase Set-Aside. Standard Industrial Classification is 3663, and the Business Size Standard is 750 employees. The requirement consists of one (1) VSC-2000/HR Video Spectral Comparator, along with training and installation; Brand Name (Foster & Freeman) or Equal that meets the following salient characteristics for the Foster & Freeman camera, but are not limited to: CCD Camera (IR sensitive) spectral range, 400-1000 nm monochrome, (color sensitive) high resolution, not less than 480 TV lines; Camera lens, motorized X10 lens producing a magnification range of X1.4 to X14 on a standard 17" monitor operating on 50Hz; Light Sources, (long wave ultraviolet, incident) "blacklight" fluorescent UV lamps with peak emissions at 365 nm, (Intense visible) 250 W tungsten halogen lamp with multi-element filter system producing 9 distinct wave bands: 400-480, 400-540, 440-580, 480-620, 530-660, 580-700, 630-740, 650-750, and 400-750 nm, (Visible/Infrared, incident) 20 W halogen, reflector lamps with intensity control for reflectance exams, (Visible/Infrared, transmitted) 30 W tungsten filament lamps with intensity control, (visible/Infrared, oblique) 20 W halogen reflector lamp, for examining dry stamps, embossed features and indented writing; Filters, 13 high pass edge filters, a low pass filter with threshold wavelengths range of 570-1000 nm, Continuous interference filter with 400-1000 nm range and 40 nm bandwidth; Micro spectrometer, 400-1000 nm range, 40 nm resolution, Variable image sample size: 2X2 to 8X8 pixels Calibrated by factory and recalibration procedure available for the user; Tristimulus color measurement, measures color parameters: XYZ, xy,uv, Lab, and displays data on UCS chromaticity diagrams; Computer, 21" monitor and PC with video interface boards for coupling to VSC-2000; Power, 120 VAC 60 Hz or 230 VAC 50Hz; Document Capacity, documents up to 280 mm width unrestricted and 280 nm length unrestricted can be accommodated; After Sale Support, available support to offer advice, installation, training and on-site maintenance; Software, VSC-2000 software (updates for two years) or compatible; Size specification, VSC: 660 X 800 mm, VSC + PC system: 1150 x 800 mm and weight, VSC: 40 kg. The above listed characteristics are intended to be descriptive, but not restrictive. Unless clearly marked that the vendor is quoting on an "equal" the Offered item shall be considered as the brand name product referenced in this announcement. If the vendor proposes to furnish an "equal" product the brand name if any of the product to be furnished shall be inserted on the proposal. The evaluation of quotations and the determination as to equality of the product shall be the responsibility of the Government and will be based on information furnished by the vendor. The purchasing activity is not responsible for locating or securing any information which is not identified in the quotation and reasonably available to the purchasing activity. To insure that sufficient information is available the vendor must furnish as a part of his/her quotation all descriptive material (such as cuts, illustration, drawings, or other information) necessary for the purchasing activity to determine whether the product meets the salient characteristics of the equipment. If the vendor proposes to modify a product so as to make it conform to the requirements of this announcement he/she shall include a clear description of such proposed modifications and clearly mark any descriptive material to show the proposed modifications. The government reserves the right to request product samples which can be tested for compatibility. Standard commercial warranty is required -- FOB-Destination Washington, DC 20535 -- All bids shall be submitted to the address listed above no later than 4:00pm EST, March 20,2001, and be clearly marked with RFQ #0022895. No hand carried proposals will be accepted. The point of contact for all information is Ms. Sandra Y. Carr, Contract Specialist, at the address and phone number listed above. Also, all potential bidders are hereby notified that due to security requirements, Federal Express, D.H.L., UPS, ETC., 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 a bid. Bidders are hereby notified that if your bid is not received by the date/time and at the location specified in the announcement, it will be considered late/non responsive. The following clauses and provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors -- Commercial Items (October 2000); 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 of Executive Orders -- Commercial Items (August 2000). Each offeror shall include a completed copy of the FAR provision 52.212-3 Offeror Representations and Certification -- Commercial Items (January 2001). The full text of clauses is available from the Contracting Officer or may be accessed electronically at: htt;://www.arnet.gov/far. All responsible sources may submit a quotation which, if timely received shall be considered by the agency. The Government will award to the responsible offer or whose offer conforming to this solicitation will be most advantageous to the Government, price and other factors considered. The evaluation criteria for this solicitation will consist of technical capability of the offered items to meet the agency requirements, price, and past performance. Technical capability and past performance when combined are significantly more important than price. Offerors shall provide names, addresses and telephone numbers of all customers, either Government or commercial, that have received the same product during the past, one year (this information is needed for the evaluation of past performance). Faxed proposals will be accepted and, in fact, are encouraged at (202)324-5722. Proposal must state name, address and RFQ number. A technically acceptable proposal must clearly show that the offer or can meet the minimum requirement of the Government. Award to be made within a week after closing.
Record
Loren Data Corp. 20010307/67SOL001.HTM (W-064 SN50F2K1)

67 - Photographic Equipment Index  |  Issue Index |
Created on March 5, 2001 by Loren Data Corp. -- info@ld.com