Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2002 FBO #0291
SOLICITATION NOTICE

58 -- MINI DISC DUPLICATION SYSTEM

Notice Date
9/17/2002
 
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
270092-01
 
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. Tbe Bureau of Alcohol, Tobacco and Firearms (ATF) has a requirement for Mini Disc Duplication System with the following general specifications listed: Requirements for a MiniDisc Duplicating System. All components and accessories must be rack mountable on a standard 19 inch rack, (rack is not part of purchase). System should duplicate: Minidisk to Minidisk (standard, LP2, LP4, and mono-aural), Minidisk to cassette; Minidisk to CDR; Minidisk to all of the above simultaneously or a combination of the above; A line-in jack (RCA Stereo) to support Sony NT-2 tape recorders and Sony DAT recorders, Intercommection between components should be permanent (i.e. source and destination selection should be done on a front panel; One touch dubbing is required. Media spanning for Minidisk LP2, LP4, and mono-aural to tape and CDR is required. Media Spanning is defined as an automated technique to copy audio from mini-disc to tape or CD when the mini-disc record time exceeds 45 min. (our standard audio cassette) or 74 minutes (our standard CD record tme.) This techniques includes an automatic pause with a one-minute rewind to create and overlap of the recording to prevent the loss of information. The one minute rewind is not required but is desireable. 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 facsimile at 202/927-8688. The following provisions are applicable to this acquisition: (a) FAR 52.212-1, Instruction to Offerors-Commercial, (b) FAR 52.212-4, Contract Terms and Conditions-Commercial Items, (c) FAR 52.212-5, Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items. The provisions 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. Question concerning this procurement should be addressed via fax to Angel Matthews-Warren, Contracting Officer, (202) 927-8685. All interested parties must submit a quote by 5:00 p.m. EDT Sept. 20, 2002.
 
Place of Performance
Address: Sterling, VA
 
Record
SN00169461-W 20020919/020917213905 (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.