Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2002 FBO #0270
SOLICITATION NOTICE

59 -- videocassette recorder

Notice Date
8/27/2002
 
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
828960A
 
Response Due
9/13/2002
 
Point of Contact
Sandra Carr, Contracting Officer, Phone 202-324-1474, Fax 202-324-5472,
 
E-Mail Address
scarrfbi@aol.com
 
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. Proposals are being requested and written solicitation will not be issued. Request for Quote (RFQ) 828960A is assigned and shall be referenced on any quotation. All incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-08. This solicitation is under the Simplified Acquisition Procedures (SAP) for Small Business-Small Purchase Set-Aside. The Standard Industrial Code is 3679, (NAICS code is 334310) with a Business Size Standard of employees 750. The solicitation will be distributed solely through the General Services Administration's Federal Business Opportunities web site http://www.fedbizopps.gov/. Hard copies of the solicitation document will not be available. The site provides downloading instructions. All future information about this acquisition including solicitation amendments, will be distributed through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. This contract action will result in a Firm Fixed Price-One Time Buy contract. This requirement is being conducted as a Brand Name or Equal with the Brand Name being (Sony, Inc). If offering other than Brand Name, the Equal must meet the salient characteristics. The requirements shall be for, Item #1: Qty (4ea) Sony DVCAM PAL 6MM, #DSR-2000P video reorders; Item #2: Qty (1ea) Sony IMX MSW-M2000P digital videocassette recorder; Item #3: Qty (2ea) Sony digital betacam DVW-A-500P and Item #4: Qty (2ea) Sony HDW-M2000 Multiformat videocassette recorder. Salient characteristics for Item #1, shall be DVCAM and have the following feature, playback/recording time, fast forward, rewind; shall be required to record/playback DVCAM PAL tapes and SP PAL tapes from large cassettes not less than 184 minutes and small cassettes up to 40 minutes; shall be required to playback DV tapes recorded in the LP modes; Dynamic tracking; shall include a jog shuttle mode, built-in signal generator and time code; Item #2, shall playback Sony tapes such as MPEG IMX, Betacam SX, Betacam SP, Betacam and Digital Betacam not less than 184 minutes and small cassettes up to 60 minutes, record Sony MPEG IMEX, MPEG 2 - 1 frame compression, SDTI inputs and outputs, Dynamic tracking and include jog shuttle mode, built-in signal generator and time code; Item #3, shall playback Sony tapes in foreign format (PAL) such as Betacam SP, Betacam and Digital Betacam, large cassettes not less than 184 minutes and small cassettes up to 60 minutes, record Sony Digital Betacam and Betacam SP in PAL format, Dynamic tracking and include jog shuttle mode, built-in signal generator and time code; Item #4, shall playback Sony tapes such as HDCam, MPEG IMX, Betacam SX, Betacam SP. The above listed characteristics are intended to be descriptive, but not restrictive. Unless clearly marked that the vendor is quoting an "equal" the Offered item shall be considered the brand name product referenced in this announcement. If the vendor proposes to furnish an "equal" product, the brand name, of the products to be furnished shall be inserted with 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 minimum salient characteristics. If the vendor proposes to modify a product 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 one year. FOB-Destination will be thirty days after receipt of order (ARO) to Quantico, VA 22135. All quotes being submitted by facsimile should be sent to the number below, no later than 3:00pm EST, September 13, 2002, and be clearly marked with RFQ 828960A. No hand carried quotes will be accepted. The point of contact for all information is Ms. Sandra Y. Carr, Contract Specialist, at the address and phone number listed below. All potential bidders are hereby notified that if your quote 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 and shall be submitted along with your quote. FAR provision 52.212-1 Instructions of Offers - Commercial Items (October 2000); "Add: 52.202-1 DEFINITIONS (Dec 2001); 52.215-5 -- FACSIMILE PROPOSALS (Oct 1997). FAR clause 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2002). FAR clause 52.233-3 PROTEST AFTER AWARD (Aug 1996). The Department of Justice (DOJ), Justice Acquisition Regulation Clauses, 2852.23-70 - PROTEST FILED DIRECTLY WITH THE DEPARTMENT OF JUSTICE (Jan 1998); and 2852.201- 70 -- CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR) (Jan1985). Clause 52.212.5, Contract Terms and Conditions Required to Implement Statues of Executive Orders Commercial Items (May 2002), Subsection (a), (b), (d) and (e) apply. Each Offeror shall include a completed copy of the FAR provision 52.212-3 Offeror Representations and Certification - Commercial Items (May 2002); FAR provision 52.212-2 Evaluation - Commercial Items (Jan 1999). The full text of clauses are available from the Contracting Officer or may be accessed electronically at http://www.acqnet.gov//, http://www.usdoj.gov/jmd/pe/jarinet.htm. All quotes will be accepted and, in fact, are encouraged to be faxed only to (202) 324-5472. Award will be made within two weeks after closing.
 
Record
SN00150911-W 20020829/020827213315 (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.