Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2002 FBO #0277
SOLICITATION NOTICE

58 -- 58- - Courtroom presentation systems, infrared headsets

Notice Date
9/3/2002
 
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
Reference-Number-RFQ857057
 
Point of Contact
Gary Hopkins, Contracting Officer, Phone 202-324-3819, Fax 202-324-8209,
 
E-Mail Address
itcu.finance@fbi.gov
 
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. This announcement constitutes the only solicitation, quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote (RFQ) number is 857057. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-08. The Standard Industrial Code is 3651, and the North American Industrial Classification System (NAICS) is 33431. The Business Size Standard for this solicitation is 750 employees. The Federal Bureau of Investigation (FBI) has a requirement for an indefinite delivery indefinite quantity, firm fixed-price contract for one year with four (4) one-year options for the acquisition of the following equipment, brand name or equal. The manufacturer of this equipment is CourtPro Systems and Technology, Sterling, VA. The guaranteed minimum for this contract shall be seven (7) Justice Series Mixing Consoles, Model XEP-1000CD, brand name or equal, and two hundred and eighty (280) CourtPro 942 Infrared Headsets, brand name or equal with an estimated maximum of $725,000 over the five year life of the contract. The minimum salient characteristics for the Justice Series Mixing Console, Model XEP-1000CD, brand name or equal, shall include but are not limited to: (1) High power radiating design; (2) System shall provide IR transmitting carrier frequencies of 95kHz and 250kHz for stereo broadcast; (3) System shall be capable of accepting four stereo inputs without reconfiguring inputs; (4) Operator must be able to adjust the signal output without transmitting in order to set the levels without disrupting the courtroom; and, (5) System set-up must be of such a design that improper set-up is eliminated - set-up must be in such a configuration that it is impossible to cross wire cables. Minimum salient characteristics for the CourtPro 942 Infrared Headsets, brand name or equal, shall include but are not limited to: (1) Headphones shall be over the ear style in that the ear is covered by the pad of the headphone to reduce outside interference; (2) Headphones shall be capable to receive stereo audio signals that are transmitted at the infrared carrier frequencies of 95kHz and 250kHz for independent left and right reception of audio; (3) Reception shall be switchable to be able to receive monaural audio signals into both earpieces of the headset whether transmitted from 95kHz or 250kHz; (4) Headphone shall be frequency modulated and commanded; (5) Frequency response shall be 50Hz to 15kHz; (6) Current consumption must be less than 10 milliamps and battery life achieve 50 hours or more; and, (7) Headphone are to be powered from a standard 9 volt battery. The above listed characteristics are intended to be descriptive, but not restrictive. Unless visibly marked that the vendor is quoting an "or equal" product, the offered items shall be considered the brand name product as referenced in this announcement. If quoting an "or equal" product, vendor shall submit one (1) sample of each item to: Federal Bureau of Investigation, Engineering Research Facility, Building 27958A, Quantico, VA 22135, Attention: Mr. David Seals, for evaluation purposes. At the conclusion of the evaluation, all equipment shall be returned to the vendors. If offering an "or equal" product, the brand name of the product furnished shall be clearly identified on the quote. The evaluation of quotes and the determination as to the 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 shall 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. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. The warranty period shall begin upon final acceptance of the applicable deliverables listed above. FOB Destination. Place of delivery is FBI, ERF Bldg, Quantico, VA 22135. All quotes shall be submitted via fax number (202)324-8209 no later than 3:00 PM, EST, September 5, 2002, quote clearly marked with RFQ 857057. No hand-carried or mailed packages will be considered. Bidders are hereby notified that if your quote is not received by the date/time and location specified in this announcement, it will not be considered. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items (JUL 2002), with their offer. This may be downloaded from www.acqnet.gov/far. The provision at 52.212-1, Instructions to Offerors - Commercial (OCT 2000), applies to this acquisition. The provision at 52.212-2, Evaluation - Commercial Items (JAN 1999), is tailored to read as follows: All responsible vendors may submit a quotation which, if timely received, shall be considered by the FBI. The Government will award a contract to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers (i) technical, (ii) warranty, (iii) past performance, and (iv) price. The Government reserves the right to evaluate technical compliance and make a best value decision. This could result in award to other than the lowest priced offer. The areas of technical capability, warranty, and past performance are of higher importance when compared to price. The technical evaluation will consist of reviewing and evaluating the "or equal" samples and literature for compliance with meeting or exceeding requirement specifications. If the offeror fails to provide the samples and descriptive literature as requested, it shall be grounds for disqualifying his/her offer. Warranty - The offeror exceeding the standard commercial warranty, and offering the Government the best value, shall be rated higher. Past Performance Evaluation - Vendor shall provide at a minimum, the names and telephone numbers of a least three customers that have acquired the same or similar equipment. Price Evaluation - The base year, as well as each option year, will be added and then those totals will be added together for a "total" price. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (FEB 2002), applies to this acquisition. The clause at 52.212-5(a), (b), (d), and (e), Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items (MAY 2002), applies to this acquisition. The following Department of Justice Acquisition Regulation (JAR) clauses are applicable to this acquisition and can be obtained in full text at: http://www.usdoj.gov/jmd/pe/jarinet.htm: JAR Clause 2852.201.70, Contracting Officer's Technical Representative (COTR) (JAN 1985); JAR clause 2852-233-70, Protests Filed Directly With the Department of Justice (JAN 1998); and JAR clause 2852.211.70, Brand Name or Equal (JAN 1985). The following FAR clauses/provisions are also incorporated by reference into this solicitation: FAR provision 52.211-6, Brand Name or Equal (AUG 1999); FAR clause 52-216-18, Ordering (OCT 1995). This clause will be completed upon award. FAR clause 52.216-19, Order Limitations (OCT 1995) - (a) "Minimum Order - When the Government requires supplies or services covered by this contract in an amount of less than $100.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish those supplies under the contract. (b) Maximum order - The Contractor is not obligated to honor - - (1) any order for a single item in excess of $725,000; (2) Any order for a combination of items in excess of $725,000; or (3) A series of orders from the same ordering office within 60 days that together call for quantities exceeding the limitation in subparagraph (b)(a) or (2) of this section. . . The offeror shall furnish the guaranteed minimum of $145,000, and as ordered, any additional quantities of equipment which may not exceed an estimated maximum of $725,000 over the five year life of the contract. The Government shall not be required to purchase from the successful offeror(s) any additional quantities after the initial guaranteed dollar minimum. The clause at 52.216-22, Indefinite Quantity (OCT 1995), applies to this acquisition. The clause at 52.217-9, Option to Extend the Term of the Contract (MAR 2000), "The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. . ." The total duration of this contract, including the exercise of any option under this clause, shall not exceed five years. TECHNOLOGY ENHANCEMENT - It is anticipated that the Government's requirement for the equipment described in this contract will extend over several years, perhaps exceeding the technological life of the proposed equipment. It may be in the best interest of the Federal Bureau of Investigation (FBI), as well as the contractor, to substitute equipment of a newer technology for the equipment proposed, or some portion thereof, provided that the conditions below are satisfied. During the life of the contract, and under its terms and conditions, the Government may request, or the Contractor may propose to provide, technologically advanced equipment, software or any other item(s) contracted hereunder. Types of Upgrades - The upgrades covered by this clause will generally be substituted for functional items/systems already in the contract. The substitution may be in total or in part. The upgrades discussed in this clause are not replacements for items or systems already ordered and installed, and nothing in this clause shall be construed as authority for such replacement of installed equipment. The one exception to this exclusion is software. Installed software will always be eligible for an "upgrade", to allow the Government to maintain currency, consistency, and compatibility in its software. It is further understood by the parties to this contract that this clause envisages technological refreshment related to the general type of hardware and software covered by the scope of this contract. Minimum Qualifications for Acceptance of Upgrades - The Government is under no obligation to substitute any item for an item already listed in the contract. However, subject to mutual agreement when required above, when items are added to this contract under this clause, the item(s) shall meet the following criteria: (1) have been sold to the general public in substantial quantities before substitution under this clause; (2) meet or exceed all mandatory requirements of the contract; (3) be fully compatible with the originally proposed equipment; (4) the price should be equal to or less than the Original Equipment Manufacturer (OEM) for the item. The Contractor shall agree to all terms and conditions, including delivery and installation, being equal to or more favorable to the Government than the substituted equipment; (5) be judged technically acceptable by the COTR; (6) be approved in writing, by execution of a contract modification, signed by both the FBI Contracting Officer and the Contractor's representative; and (7) shall undergo acceptance testing in accordance with the terms of the contract. Pricing of Upgrades - The pricing of upgraded item(s) shall be negotiated on a case by case basis provided that the final price shall not exceed the limitations specified above. Delivery of Upgrades - Notwithstanding the delivery requirements set forth in section C, initial delivery requirements for upgraded items shall be mutually agreed upon by the parties to this contract at the time the upgrade item is added. The Contracting Officer shall have the right to set the delivery schedule based on the longer of the standard commercial delivery schedule of the item(s) or the contract's standard delivery schedule for similar item(s), if a mutually agreed schedule cannot be met. After the first 60 days, the original contract schedule for delivery takes effect if it is less than the initial agreed upon delivery time. Identification of Technologically Advanced Products - While the Government reserves the right to independently solicit a proposal from the Contractor under the terms of this clause at any time, potential upgrades will normally be brought to the attention of the Government by the Contractor. Solicitation documents are not available. Contact Gary Hopkins (202)324-3819 for information regarding this solicitation
 
Place of Performance
Address: FBI, Engineering Research Facility, Bldg 27958A,, Quantico, VA, Attn: David Seals
Zip Code: 22135
 
Record
SN00156368-W 20020905/020903213149 (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.