Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2002 FBO #0251
SOLICITATION NOTICE

K -- DIGITAL AUDIO TAPE RECORDING

Notice Date
8/8/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Treasury, Bureau of Alcohol, Tobacco and Firearms (ATF), Acquisition and Property Management Division, 650 Massachusetts Avenue, N.W., Room 3290, Washington, DC, 20226
 
ZIP Code
20226
 
Solicitation Number
270086
 
Response Due
8/15/2002
 
Archive Date
8/30/2002
 
Point of Contact
Angel Matthews-Warren, Contract Specialist, Phone (202) 927-8685`, Fax (202) 927-8688, - April Lowe, Sup. Contract Specialist, Phone (202) 927-7718, Fax (202) 927-2986,
 
E-Mail Address
acmatthews@atfhq.atf.treas.gov, aalowe@atfhq.atf.treas.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The Bureau of Alcohol, Tobacco and Firearms (ATF) has a requirement for: Requirements for Digital Audio Tape (DAT) Recording with the following specifications: Any modification to the recorder shall be completely reversible in order to obtain Sony factory warranty at a Sony Factory Warranty Center. The following modifications shall be made to the Sony TCD-D8 Digital Audio Tape recorder. The recorder shall be modified to accept a simplified remote control device (wired or wireless) having record and stop functions only; the keyboard on the recorder shall remain functional with or with out the remote control connected; the HOLD switch on the recorder shall lock the keyboard only and not effect remote control; the remote control cable may be any length specified by the customer; stereo microphones designed to dampen vehicle vibration and other noise associated with vehicle operations, No visible light should be emitted by the remote control; all accessories specified are required and have seen extensive testing an evaluation to prove reliability; must have a current production model; we have previously deployed multiple devices of this type with the above specifications, which have a proven record of reliability. This reliability is critical for Agent Safety. Must have current production model. Must submit bid sample. The kit contains the following: Modified Sony TCD-D8; 25 ft remote switch (Must be compatible with currently owned Daniels; Technology TCD-D8 Kits.); Sony RK-DA10P digital interface cable 25 ft stereo microphone designed for vehicular applications A quantity of 66 each of the Mini Disc Duplication Systems are requested. This award will be made utilizing the simplified acquisition procedures under FAR Part 13.5. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and all incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. Interested parties must submit a quote that demonstrates capability to provide the requested product, literature, and a physical product sample. Awardee must be registered in the Central Contractor Registration (CCR) by the closing date of this solicitation. Quotes may be submitted by mail or by facsimile at 202/927-8688). The following provisions are applicable to this acquisition: (a) FAR 52.212-1, Instructions to Offerors-Commercial, (b) FAR 52.212-4, Contract Terms and Conditions-Commercial Items, (c) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The provision at FAR 51.212-2 Evaluation-Commercial Items applies to this acquisition. Evaluation factors in declining order are as follows; Technical Capabilities, Quality, and Cost. Technical Capabilities and quality combined are more important than cost. Quotes must include delivered price and product literature, which lists specifications. Award will be based on meeting the technical specifications listed above, on an ALL OR NONE basis and the BEST VALUE to the government. Questions concerning this procurement should be addressed by fax to Angel C. Matthews-Warren, Contracting Officer, (202) 927-8688. All interested parties must submit a quote by 5:00 p.m. EST Aug. 15, 2002.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/TREAS/BATF/APMD/270086/listing.html)
 
Place of Performance
Address: Sterling, VA
 
Record
SN00136921-F 20020810/020808221617 (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.