Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2002 FBO #0130
SOLICITATION NOTICE

67 -- Photographic Equipment

Notice Date
4/10/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Property Procurement and Management Section, 935 Pennsylvania Avenue, N.W., Washington, DC, 20535
 
ZIP Code
20535
 
Solicitation Number
828926
 
Response Due
5/10/2002
 
Archive Date
5/25/2002
 
Point of Contact
Edith Young, Contracting Officer, Phone 202-324-8809, Fax 202-324-5472,
 
E-Mail Address
eyoungfbi@aol.com
 
Description
17.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; request for quotations are being requested and a written solicitation will not be issued. This solicitation is Request for Quatation Number 828926 and all documents should be cleary marked with this number. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 01-04. This solicitation is under the Simplified Acquisition Procedures (SAP) for small business-set-aside. The Standard Industrial Code is 5043, North American Industry Classification System (NAICS) is 42141 with Business Size Standard of 100 employees. This will be a One Time Buy-Firm-Fixed price contract for the acquisition of the following WATEC photographic equipment and accessories brand name or equal. All of the items will be required in quantities as identified: (1) WAT-660-37 1/4" CCD B&W Camera 3.7 Pinhole or equal quantity of 250. (2) WAT-660-60 1/4" CCD B&W Camera 6.0mm micro quantity of 50. (3) LCL-217HS 1/3" CCD Color Video Camera quantity of 75. (4) LCL-622 Watec Button Camera quantity of 10. (5) LCL-613 Watec Color video camera quantity of 40. (6) LCL-802H 1/2" IR sensitive B&W Board Camera quantity of 20. (7) LCL-808H 1/3" IR Sensitive B&W Board Camera quantity of 20. (8) LCL-307HS 1/3" CS Mount Color Board Camera quantity of 20. (9) LCL-145AL color board camera w/micro lens mount quantity of 50. (10) LCL-323A 1/3" color board camera 2.3mm lens quantity of 40. (11) LCL-337 1/3" color board camera 3.7mm PH lens quantity of 50. (12) WAT-AD912 12 VDC Power supply quantity of 50. (13) WAT-660CB Power/video cable for WAT-660 quantity of 100. (14) LCL-AD505 5 VDC Power supply quantity of 50. (15) WAT-XC008HS 8mm lens for WAT-902K quantity of 20. (16) WAT-XC011HS 11mm lens for WAT-902K quantity of 20. (17) WAT-XC025HS 25mm lens for WAT-902K quantity of 20. (18) WAT-XC037HS 3.7mm lens for WAT-902K quantity of 20. (19) LS-038 3.8mm lens for WAT-660 quantity of 25. (20) LS-080 8mm lens for WAT-660 quantity of 20. (21) LS-012 12mm lens for WAT-660 quantity of 20. (22) WAT-XC025 25mm lens for WAT-660 quantity of 30. (23) LCL-903K 1/3" IR sensitive B&W camera quantity of 50. (24) LCL-902K 1/2" IR sensitive B&W camera quantity of 75. Pricing shall be required for all items as identified. The following are the minimum salient characteristics for this equipment. (1)Shall be 1/4" CCD Black and White NTSC video board camera/>380 TV lines resolution/.3 Lux @ F1.2/3.7mm pinhole lens F2.5/>46db signal to noise ratio/electronic shutter/9 VDC/28mmx24mm x14.8mm (exc. lens) or smaller. (2) Shall be 1/4" CCD B&W NTSC video board camera/>380 TV lines resolution/.3 Lux @ F1.2/6mm micro lens F.2.5/>46db signal to noise ratio/.5 Lux minimum illumination at F1.2/ electronic shutter/9VDC/24mm x 28mmx12mm (exc.lens) or smaller. (3) Shall be 1/3" interline transfer CCD/color NTSC video camera/480 TV lines resolution/0.2 Lux @ F1.2>50db signal to noise ratio/electronic shutter/backlight compensation/12 VDC/1.4" x 1.55" or smaller. (4) Shall be 1/4" interline CCD/color NTSC ultra compact button camera/330 TV lines/5 Lux @ F2.6/electronic shutter/>46db signal to noise ratio/3.6mm pinhole button lens/5VDC/12/5mm button. (5) Shall be 1/4" interline CCD/color NTSC video board camera/>330 TV lines resolution/5 Lux @ F2.8/>46db signal to noise ratio/4.6mm pinhole lens/5 VDC/electronic shutter/28mmx24mmx19mm or smaller. (6) Shall be 1/2" CCD black and white NTSC video board camera/570 TV lines resolution/.0003 Lux @F1.4 minimum illumination/"CS" lens mount/> 46db signal to noise ratio/12 VDC/1.7"(W)x 1.7 (H)"x .7"(L) or smaller. (7) Shall be 1/3" CCD black and white NTSC video board camera/570 TV lines resolution/.0003 Lux @ F1.2 minimum illumination/ "CS" lens mount/>50db signal to noise ratio/12 VDC/1.7"(W) x 1.7(H)" x9"(L) or smaller. (8) Shall be 1/3" CCD color NTSC video board camera/480 TV lines resolution/electronic shutter/>50 db signal to noise ratio/0.2 Lux @ F1.2/selectable gamma/12 VDC/1.7"x 1.7"x1" or smaller. (9) Shall be 1/4" CCD color NTSC video board camera/330 TV lines resolution/5 Lux resolution/>52 db signal to noise ratio/micro lens mount/5 VDC/electronic shutter/.9"(W)x1.1"(H)x1"(L) or smaller. (10) Shall be 1/3" color NTSC video board camera/480 TV lines resolution/>48db signal to noise ratio/1 Lux @F1.2/electronic shutter/2.3mm marco lens/12 VDC/1.8"x 1.8"x.9" or smaller. (11) Shall be 1/3" CCD color NTSC video board camera/330 TV lines resolution/>48 db signal to noise ratio/2 Lux @ F1.2/electronic shutter/3.7mm pinhole lens/12 VDC/1.8"x1.8"x.7" or smaller. (12) Shall have power supply for WAT-902K camera. (13) Shall have cable for WAT-660 with power and video connector. (14) Shall provide power supply for the LCL-613 camera. (15) Shall have 8mm micro style lens for WAT-902K camera. (16) Shall have 11mm micro style lens for WAT-902K camera. (17) Shall have 25mm micro style lens for WAT-902K camera. (18) Shall have 3.7mm pinhole style lens for WAT-902K camera. (19) Shall have 3.8mm micro style lens for WAT-660-60A camera. (20) Shall have 8mm micro style lens for WAT-660-60A camera. (21) Shall have 12mm micro style lens for WAT-660-60A camera. (22) Shall have 25mm micro style lens for WAT-660-60A camera. (23) Shall be 1/3" interline transfer CCD/black and white NTSC video camera/570 TV lines resolution/.0002 Lux minimum illumination/"CS" lens mounts/> 50db signal to noise ratio/12 VDC/1.4"x1.4"x2.55" or smaller. (24) Shall be 1/2" CCD black and white NTSC video camera/570 TV lines resolution/.00015 Lux minimum illumination/"CS" lens mount/>50db signal to noise ratio/12 VDC/1.5" x1.5" or smaller. The above listed characteristics are intended to be descriptive, but not restrictive. Unless visibly marked that the vendor is quoting an equal product 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 product meets 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 proposed modification and clearly mark any descriptive material to show proposed modification. Warranty period shall be at a minimum for one year after acceptance of the equipment. Destination FOB-Delivery FBI Attn: Support Services Spvsr Building 27958A Quantico, VA 22135. All bids shall be mailed to the address listed in this announcement no later than 1:00p.m. EST, May 9, 2002 and clearly marked with the RFQ # 828926. No hand carried quotes will be accepted. Fax quotes will be accepted an are encouraged at (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 that 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 30 days. The FBI has allowed fifteen (15) extra days from the release of the 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 (Oct 2000); FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2002); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items (Dec 2001). 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 (Oct 2000); FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (Feb 1999); FAR 52.222-35 Equal Opportunity for Special Diasbled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (Dec 2001); FAR 52.222.36 Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.225-1 Buy American Act Balance of Payment Programs-Supplies (Feb 2002) FAR 52.225-3 Buy American Act-North American Free Trade Agreement Israeli Trade Act- Balance of Payment Program (Feb 2002); FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999). Each offeror shall include a completed copy of the FAR provision 52-212-3 Offeror Representations and Certification Commercial Items (Feb 2002). The following Justice Acquisition Regulation (JAR) clause are applicable to this acquisition:JAR clause 2852.201.70 Contracting Officers Technical Representative (COTR)(Jan 1985) will be supplied upon award, and JAR clause 2852.211.70 Brand-Name or Equal (JAN 1985) 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 the last 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 quotes must show that the offeror can meet the requirement of the Government. Quotes must state name, address and RFQ number 828926. To view the clauses in full text visit the following website: http://www.arnet.gov and http://www:usdoj.gov/jmd/pss/jarinet.htm.
 
Record
SN00055388-W 20020411/020410063347 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.