Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2004 FBO #1027
MODIFICATION

66 -- 66-Customized Latent Fingerprint Kits and Evidence Bags

Notice Date
9/16/2004
 
Notice Type
Modification
 
NAICS
339111 — Laboratory Apparatus and Furniture 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
RFQ133090
 
Response Due
9/23/2004
 
Archive Date
10/8/2004
 
Description
1.This notification is being modified as follows: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued as Request for Quotation (RFQ) 133090 and this number shall be reference on all quotes. This RFQ is issued using Simplified Acquisition Procedures (SAP). The North American Industry Classification System (NAICS) is 339111. The provisions and clauses incorporated are those in effect through Federal Acquisition Circular 2001-24. This notice is for an aggregate, Firm-Fixed Price, Brand Name or Equal one-time buy, based on Best Value. (Brand Names Armor Forensics for the Kits and Nik Public Safety for the evidence bags). The requirement is as follows: (1) Customized Latent Fingerprint Kits, Quantity 400 each, (2) Customized Tyvek Windowed Evidence Bags Model #TYV-1001 (9 inches x 12 inches x 2 inches pre-labeled), Quantity 10,000 each and (3) Customized Tyvek Windowed Evidence Bags Model #TYV-1004 (12 inches x 16 inches x 2 inches pre-labeled), Quantity 10,000 each (to include plate set-up charge for label identification). The specifications for the latent fingerprint kits are as follows: (1) Two fiberglass brushes (Zephyr); (2) One camel hair brush; (3) One magnetic powder applicator; (4) One magnifying glass (4 inches, 4X); (5) One latent powder-black (2 ounces); (6) One latent powder-white (2 ounces); (7) One latent powder-magnetic black (3 ounces); (8) One latent powder-magnetic white (3 ounces); (9) One lifting tape dispenser-2 inches wide; (10) One roll of lifting tape-2 inches wide; (11) One box hinge lifters-black (2 inches x 2 inches, 12 per box); (12) One box hinge lifters-white (2 inches x 2 inches, 12 per box); (13) One box hinge lifters-clear (2 inches x 2 inches, 12 per box); (14) One package latent print cards-white (3 inches x 5 inches, 100 cards per package); (15) One package latent print cards-black (3 inches x 5 inches, 100 cards per package); and (16) Hinged case with preformed custom fit foam for containing all of the above in the bottom of case. The specifications for the Tyvek Evidence Bags are as follows: (1) Shall be made of polyethelene fibers which makes a tear resistant package as well as breathable to not destroy DNA; (2) Must have a tamper evident seal on the flap; (3) Have double-fold feature for sealing to ensure nothing is lost; (4) Must be windowed with very aggressive adhesives to ensure the integrity of the evidence and the bag; (5) Be 18 sub Tyvek; (6) Must be custom labeled exterior with fill in the blank essential information; (7) Shall be printed with Reflex blue ink;(8) The 9 inches x 12 inches x 2 inches bags must have an open end expansion of 4 inches x 5 inches window; (9) The bags must be gusseted to fit larger items; and (10) The bags shall also include a four color logo (ERT). The artwork for the front of the bags will need prior approval by FBI personnel. The FBI is currently using the Armor Forensics (formerly ODV Inc.) latent fingerprint kits in the training classes. If you are quoting an equal, the name of the manufacturer and specifications must be submitted along with the quote for technical evaluation. Offers shall be for FOB Destination. The ship to address is FBI, Laboratory Building 12, 2501 Investigation Parkway, Quantico, Virginia 22135. The following FAR provisions and clauses are incorporated by reference and apply to this solicitation. FAR Provision 52.212-1 Instructions to Offerors-Commercial Item (JAN 2004), FAR 52.212-2 Evaluation-Commercial Items (JAN 1999), FAR Provision 52.212-3 Offeror Representations and Certifications Commercial Items (MAY 2004), FAR Clause 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003), FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2004) and JAR Clause 2852.211-70 Brand-name or Equal (JAN 1985) which states the following: (a) The terms bid and bidders, as used in this clause, include the terms proposal and offerors. The terms invitation for bids and invitation, as used in this clause include the terms request for proposal and request. (b) If items called for by this invitation of bids have been identified in the schedule by a brand name or equal description, such identification is intended to be descriptive but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Bids offering equal products (including products of a brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristics and requirements listed in the invitation. (c) Unless the bidder clearly indicates in his/her bid that he/she is offering an equal product referenced in the invitation for bids. (d) (1) If the bidder proposes to furnish an equal product, the brand name, if any, of the product to be furnished shall be inserted in the space provided in the invitation for bids, or such product shall be otherwise clearly identified in the bid. The evaluation of bids and the determination to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the bidder or identified in his/her bid as well as other information reasonably available to the purchasing activity. To ensure that sufficient information is available, the bidder must furnish as a part of his/her bid all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the purchasing activity to: (i) determine whether the product offered meets the salient characteristics requirements of the invitation for bids, and (ii) establish exactly what the bidder proposed to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or information otherwise available to the purchasing activity. (2) If the bidder proposes to modify a product so as to make it conform to the requirements of the invitation for bids, he/she shall: (i) include in his/her bid a clear description of such proposed modifications, and (ii) clearly mark any descriptive material to show the proposed modifications. (3) Modifications proposed after the bid opening to make a product conform to a brand name product referenced in the invitation for bids will not be considered. All FAR clauses and provisions may be obtained from the General Services Administration, Federal Acquisition Regulation website address http://www.arnet.gov/far/. Award will be made to the responsive, responsible offeror whose quote conforms to this solicitation and is the Best Value to the Government. The following evaluation factors in descending order of importance will be used to evaluate offers: (1) technical capabilities and (2) price. All quotes shall be on company letterhead, accompanied by completed representations and certifications, clearly marked RFQ133090 and submitted to the address listed above no later than 4:00 p.m., EDT, September 23, 2004. Offerors responding to this solicitation must provide their DUNS and Tax Identification Numbers. The awardee shall also be required to submit a completed Standard Form 3881. Automated Clearing House Vendor/Miscellaneous Payment Enrollment Form, in accordance with FAR Clause 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). All quotes must be received at the above address on or before the date/time specified in this announcement. Facsimile quotes will be accepted in accordance with FAR Provision 52.215-5 Facsimile Proposals (OCT 1997). Facsimile quotes must also be received by the date/time specified in this solicitation with the hard copy to immediately follow in the mail. Please note that if you elect to mail or overnight your quote, for security reasons, all outside mail addressed to FBI Headquarters is routed to an off-site location first before being delivered to its final destination at FBI Headquarters. So, allow enough time for delivery. Only the facsimile quote needs to be date/time stamped by the due date/time. Offerors are hereby notified that if your quote is not received by the date/time and at the location specified in this announcement, it will be considered late and shall be handled in accordance with FAR Provision 52.212-1(f) (JAN 2004).
 
Place of Performance
Address: FBI Laboratory, 2501 Investigation Parkway, Quantico, Virginia
Zip Code: 22135
Country: United States
 
Record
SN00674802-W 20040918/040917083754 (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.