Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2002 FBO #0137
SOLICITATION NOTICE

75 -- Tape Media / Optical Media

Notice Date
4/16/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Information Technology Contracts Unit/PPMS, 1000 Custer Hollow Road, Module B-3, Clarksburg, WV, 26306
 
ZIP Code
26306
 
Solicitation Number
RFQ077703
 
Response Due
4/26/2002
 
Archive Date
5/11/2002
 
Point of Contact
Linda Patterson, Contracting Officer, Phone 304-625-5537, Fax 304-625-5391, - Micheal Konchesky, Contracting Officer, Phone 304-625-4031, Fax 304-625-5391,
 
E-Mail Address
lpatters@leo.gov, mkonches@leo.gov
 
Description
(i) 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; a quote is being requested but a written solicitation will not be issued. (ii) This combined synopsis/solicitation is issued as a Request for Quotation (RFQ #077703). The Federal Bureau of Investigation (FBI) intends to purchase both SPECIFIC MAKE AND MODEL and BRAND-NAME OR EQUAL tape and optical media. (iii) This solicitation document and incorporated provisions and clauses are those in effect through the FEDERAL ACQUISITION CIRCULAR 2001-05. (iv) This solicitation is not restricted to a set-aside for small business concerns. North American Industrial Classification System is 334613 and the small business size standard is 1000 employees. The negotiated contract will be an indefinite delivery, indefinite quantity (IDIQ) contract for the purchase of the following items from date of award through the remainder of Fiscal Year (FY) 2002 (September 30, 2002) and a one-year optional period FY03 (from October 1, 2002 through September 30, 2003). Total contract minimum and maximum quantities are established below. (v) The RFQ is for the following eighteen (18) CONTRACT LINE ITEM NUMBERS (CLINS). Offerors are requested to provide pricing based on quantity discounts, if available; i.e., Qty 101-150, 151-200, 201-250, etc. CLIN 0001: FY02 - SPECIFIC MAKE AND MODEL: SONY EDM-2600B, 5.25" 2.6 GB RW Opt., Minimum Qty = 5,000 / Maximum Qty = 15,000. CLIN 0002: FY02 - BRAND NAME OR EQUAL: SDX2-50C, AIT II 50/100 GB , Minimum Qty = 300 / Maximum Qty = 400. CLIN 0003: FY02 - BRAND NAME OR EQUAL: IMA41333, 9940 Tape Plain, Minimum Qty = 1,000 / Maximum Qty = 2,000. CLIN 0004: FY02 - BRAND NAME OR EQUAL: IMA01817, 9940 Cleaning Tape, Minimum Qty = 150 / Maximum Qty = 250. CLIN 0005: FY02 - BRAND NAME OR EQUAL: FUJI26112085, DLT III 10/20 GB, Minimum Qty = 150 / Maximum Qty = 250. CLIN 0006: FY02 - BRAND NAME OR EQUAL: FUGI26112092, DLT IIIXT 15/30 GB, Minimum Qty = 100 / Maximum Qty = 200. CLIN 0007: FY02 - BRAND NAME OR EQUAL: FUGI26112088, DLTIV 40/70/80 GB, Minimum Qty = 200 / Maximum Qty = 300. CLIN 0008: FY02 - BRAND NAME OR EQUAL: SONSDX-1CL, 5.25" 2.6 GB RW Opt., Minimum Qty = 10 / Maximum Qty = 20. CLIN 0009: FY02 - BRAND NAME OR EQUAL: SONQGD-170ME, 8mm 170m, Minimum Qty = 100 / Maximum Qty = 100. CLIN 0010: FY03 - SPECIFIC MAKE AND MODEL: SONY EDM-2600B, 5.25" 2.6 GB RW Opt., Minimum Qty = 5,000 / Maximum Qty = 15,000. CLIN 0011: FY03 - BRAND NAME OR EQUAL: SDX2-50C, AIT II 50/100 GB , Minimum Qty = 300 / Maximum Qty = 400. CLIN 0012: FY03 - BRAND NAME OR EQUAL: IMA41333, 9940 Tape Plain, Minimum Qty = 1,000 / Maximum Qty = 2,000. CLIN 0013: FY03 - BRAND NAME OR EQUAL: IMA01817, 9940 Cleaning Tape, Minimum Qty = 150 / Maximum Qty = 250. CLIN 0014: FY03 - BRAND NAME OR EQUAL: FUJI26112085, DLT III 10/20 GB, Minimum Qty = 150 / Maximum Qty = 250. CLIN 0015: FY03 - BRAND NAME OR EQUAL: FUGI26112092, DLT IIIXT 15/30 GB, Minimum Qty = 100 / Maximum Qty = 200. CLIN 0016: FY03 - BRAND NAME OR EQUAL: FUGI26112088, DLTIV 40/70/80 GB, Minimum Qty = 200 / Maximum Qty = 300. CLIN 0017: FY03 - BRAND NAME OR EQUAL: SONSDX-1CL, 5.25" 2.6 GB RW Opt., Minimum Qty = 10 / Maximum Qty = 20. CLIN 0018: FY03 - BRAND NAME OR EQUAL: SONQGD-170ME, 8mm 170m, Minimum Qty = 100 / Maximum Qty = 200. (vi) Must be SPECIFIC MAKE AND MODEL to SONY tape media part numbers described below: CLIN 0001 - P/N: SONY EDM-2600B, 5.25" 2.6 GB RW Opt.; and CLIN 0010 - P/N: SONY EDM-2600B, 5.25" 2.6 GB RW Opt. For further information on the tape media, contact Linda S. Patterson at lpatters@leo.gov or (304) 625-5537. Electronic communications are preferred. (vii) Delivery shall begin within 30 days of receipt of a delivery order and shall be made to the Federal Bureau of Investigation, Criminal Justice Information Services Division (CJISD), 1000 Custer Hollow Road, Clarksburg, West Virginia 26306, to the attention of the individual who will be identified on the delivery order. Items shall be shipped F.O.B. Destination. Partial Deliveries are acceptable. (viii) FAR 52.212-1, Instructions to Offerors -- Commercial Items is incorporated by reference and applies to this acquisition. ADDENDUM FAR 52.212-1 Para. (B) Submission of offers. Submit signed and dated offers by close of business April 26, 2002 to the Federal Bureau of Investigation, ITCU, Attn: Linda S. Patterson, Module B3, 1000 Custer Hollow Road, Clarksburg, WV 26306 or via e-mail at lpatters@leo.gov or facsimile at 304-625-5391. Electronic communications are preferred. ADDENDUM FAR 52.212-1 Para. (D) Product samples. One sample of each product MAY be requested from offeror?s within competitive range prior to the contract award. These samples shall be submitted at no expense to the Government and will not be returned to the sender unless requested or unless they are destroyed during pre-award examination. (ix) FAR 52.212-2, Evaluation -- Commercial Items is incorporated by reference and applies to this acquisition. ADDENDUM FAR 52.212-2 Para. (A) The following factors, in descending order of importance, shall be used to evaluate offers: ability for commercial item to meet the FBI technical requirements, price, delivery and past performance. Note: For evaluation of the commercial item, a sample of each item may be requested after determination of the competitive range. For evaluation of price, the award will be made on a best value determination. For past performance evaluation, offeror?s shall provide names, addresses, and telephone numbers of three customers, Government and commercial, that have utilized the offerors service for the same or similar item during the past two years. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items with offer. Offerors shall ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation. For a complete list of Representations and Certifications, please refer to the FAR or contact Linda S. Patterson at lpatters@leo.gov (xi) FAR 52.212-4, Contract Terms and Conditions--Commercial Items, is incorporated by reference and applies to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following provisions also apply to this acquisition: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I ((41 U.S.C. 253g and 10 U.S.C. 2402); FAR 52.211-6, Brand Name or Equal is incorporated by reference and applies to CLIN 0002-0009 and CLIN 0011-0018, FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act ? North American Free Trade Agreement ? Israeli Trade Act ? Balance of Payment Program: and 52.232-34, Payment by Electronic Funds Transfer -- Other than Central Contractor Registration. All items must be Section 508 compliant. (xiii) Additional requirements: U.S. Department of Justice Acquisition Regulation Part 2852.211-70 Brand Name or Equal, applies to CLIN 0002-0009 and CLIN 0011-0018. (xiv) DPAS rating: N/A. (xv) CBD Numbered Notes: #N/A. (xvi) Submit one copy of signed (electronic signature is acceptable) and dated offer by close of business April 26, 2002 to the Federal Bureau of Investigation, Information Technology Contracts Unit, Attn: Linda S. Patterson, Module B-3, 1000 Custer Hollow Road, Clarksburg, WV 26306 or via e-mail at lpatters@leo.gov or facsimile at 304-625-5391. Electronic Submissions are prefered.(xvii) Name and telephone number of individual to contact for information regarding the solicitation: Linda S. Patterson, (304) 625-5537 or lpatters@leo.gov
 
Place of Performance
Address: 1000 Custer Hollow Road, Clarksburg, West Virginia
Zip Code: 26306
Country: USA
 
Record
SN00060505-W 20020418/020416213130 (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  © 1994-2020, Loren Data Corp.