Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2004 FBO #0977
MODIFICATION

67 -- Batter Light- super scanning backs

Notice Date
7/28/2004
 
Notice Type
Modification
 
NAICS
333315 — Photographic and Photocopying Equipment Manufacturing
 
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
RFQ876715
 
Response Due
7/28/2004
 
Archive Date
8/12/2004
 
Point of Contact
Earlene Lewis, Contracting Officer, Phone 202-324-9011, Fax 202-324-0570,
 
E-Mail Address
clcu@fbi.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 Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; proposals/bids are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ876715. The provisions and clauses incorporated are those in effect through Federal Acquisition Circular 01-24. This solicitation is under the Simplified Acquisition Procedures (SAP), and a small business set a-side. The NAICS code is 333315/421410. This will be a Firm-Fixed price one- time buy contract. Requirement: (1 Ea.) Batter Light Super 6K-2 scanning camera back, (1 ea.) Batter Light Super 8K-2 scanning camera back. Specifications: At a minimum the backs should produce images of 9000x12000 (309 MB) and 12000x15990 (549 MB) in size. The camera backs should have an effective ISO (sensitivity) ranging from but not necessarily limited to 100 to 1000. The camera backs should be compatible with existing large format equipment (4x5) currently in use by FBI?s Forensic Studio. The digital camera backs will be use in large format cameras and must interface with the cameras using a standard 4x5 film holder slot. Due to the large file output of the digital scanning backs, the unit should use a high capacity storage device to control the back and to hold images for further processing. The control/storage module should use either an IEEE1394 or USB2.0 interface to be compatible with existing images processing CPUs. The above characteristics are intended to be descriptive, but not restricted. Unless clearly marked that the vendor is quoting on an equal the offered item shall be considered as the brand name product referenced in this announcement. If the vendor proposed to furnish an equal product the brand name if any, of the product to be furnished shall be inserted on the proposal. The evaluation of the 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 ensure sufficient information is available, the vendor must furnish as a part of his quotation all descriptive material (such as cuts, illustrations, drawings or other information) necessary for the purchasing activity to determine whether the product meets the salient characteristics of the requirement. If the vendor proposed to modify a product so as to make it conform to the requirement of this announcement he shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. The government reserves the right to request product samples which can be tested for compatibility. A Standard Commercial warranty is required. FOB-Destination-Quantico, VA. 22135. The following clauses and provisions are incorporated by reference and apply to this acquisition. A full text of Clauses and provisions can be obtained at http: //www.arnet.gov/far. FAR provision 52.212-1- Instructions to Offerors-Commercial Items (Jan. 2004), FAR clause 52.212-4 Contract Terms and Conditions-Commerce Items, (Oct. 2003), FAR clause 52.212-5- Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (May 2004). Each Offeror shall include a completed copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commerce Items (May 2004). FAR provision 52.212-2 Evaluation-Commercial Items (Jan 1999). Offerors are encouraged to fax quotes to 202-324-0570. FAR provision 52.215-5 Facsimile Proposals (Oct 1997), FAR provision 52.204-6 Data Universal Numbering System (Oct. 2003). The Government will award to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government, price and other factors considered. Offeror responding to this solicitation must provide their DUNS, CCR and Tax Identification numbers. The Point of Contact for all information regarding this acquisition is Earlene H. Lewis, Contract Specialist, at the address and phone number listed above. TITLE CHANGE TO: 67--BETTER LIGHT-SUPER SCANNING BACKS.
 
Record
SN00631929-W 20040730/040728211919 (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.