Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2004 FBO #0836
SOLICITATION NOTICE

69 -- Hearing Protection Units

Notice Date
3/9/2004
 
Notice Type
Solicitation Notice
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Justice, 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
470120002682
 
Response Due
3/23/2004
 
Archive Date
4/7/2004
 
Point of Contact
James Huff, Contracting Officer, Phone 202-927-7721, Fax 202-927-7311, - Brian Wilkins, Contracting Officer, Phone (202) 927-7715, Fax (202) 927-8688,
 
E-Mail Address
James.Huff@atf.gov, Brian.Wilkins@atf.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) have a requirement for 150 pairs of hearing protection units. This is a combined synopsis/solicitation as per FAR Subpart 5.207. Units must meet all the required functional requirements and specifications as follows: Behind the ear unit, custom molded earpiece, molded earpiece & tube must be removable & replaceable by the user, noise reduction rating greater than or equal to 26 decibels, no "clipping", (that is: the unit shutting off when it encounters sudden loud noises and then coming back on), long battery life, low distortion, has reduced circuitry hiss, natural sound quality, no over amplification of sounds, normal speech detection, softens sudden loud noises without "clipping", maximizes clarity of speech, amplifies sounds under 90 decibels, has a non crushable carrying case, a minimum of four batteries with each unit, cleaning and maintenance tools with each unit and a volume control on each unit. Supplier must warranty any and all defects in materials, workmanship and performance. The warranty must include unlimited emergency service for repairs, and preventive maintenance/adjustments for a minimum of one-year and the repair or replacement of defective units within seven days. The manufacturer/vendor must respond to four different locations, currently the exact locations are unknown but they will be within the continental United States at four different times during a 12-month period of performance, to make impressions for the molded earpieces and provide training in the care and maintenance of the units for users. All travel cost should be inclusive with proposal. Shipping FOB destination. This is the only solicitation available. This requirement is Set-Aside for Small Businesses. The NAICS code is 423450 with a size standard of 500 employees. Award will be made to the offeror based on best value in the order of the functional and technical specification, past performance and price for the government. Award will be based on meeting the technical specifications listed above on an All or None basis, and the best value to the government. The government may elect to pay a cost premium to select an offeror whose ratings on non-cost evaluation factors (e.g. technical quality and past performance) are superior. A “premium” is defined as the cost difference between the lowest evaluated cost of a technically acceptable offer and a higher priced offer deemed to be superior from a Technical Quality and / or Past Performance standpoint. This procurement will follow both commercial and simplified acquisition procedures under FAR Part 12 and 13. All applicable FAR Part 12 clauses / provisions shall apply and form an integral part of the award. Awardee must be registered in the Department of Defense’s (DOD) Central Contractor Registration database (CCR) for electronic Funds Transfer (EFT). All interested parties must submit a quote by March 23rd, 2004 no later than 3:00 PM Local Time. All contractors with viable quotes will be contacted after close date and will be asked to send a sample hearing protection unit (pair) for testing purposes prior to any purchase order being awarded, the sample will be subjectively rated in the field by an eventual user. Our user will complete a survey with their subjective responses of units and this data will be weighed as part of the functional specification assessment. All samples will be returned. Quotes must include price and product literature information and past performance. Quotes are acceptable via facsimile machine at 202/927-7311. Attn: Jim Huff PH# 202/927-7721 or Brian Wilkins PH# 202/927-7715
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOJ/BATF/APMD/470120002682/listing.html)
 
Place of Performance
Address: 650 Massachusetts Avenue NW Washington, DC 20226
Zip Code: 20226
Country: USA
 
Record
SN00540962-F 20040311/040309230756 (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.