Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2005 FBO #1348
MODIFICATION

59 -- Radio Equipment

Notice Date
8/3/2005
 
Notice Type
Modification
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Engineering Contracts Unit - PPMS, FBI Engineering Research Facility, FBI Academy Hogan's Alley, Building 15, Quantico, VA, 22135
 
ZIP Code
22135
 
Solicitation Number
RFQE001421
 
Response Due
8/8/2005
 
Archive Date
8/23/2005
 
Point of Contact
Margaret Einspahr, Contracting Officer, Phone 703-632-1842, Fax 703-632-1844,
 
E-Mail Address
meinspahr@fbiacademy.edu
 
Small Business Set-Aside
Total Small Business
 
Description
The combined synopsis/solicitation, RFQ001421, is hereby cancelled for technical reasons. Any responses that were submitted to this combined synopsis/solicitation will not receive any further action or reply. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations, (FAR), Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The Request for Quote, (RFQ), number is RFQ E001421, and is being conducted as a 100% small business set aside. The North American Industrial Classification System Code is 334220; the size standard is 750 employees. This RFQ incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-05. This requirement will be awarded on an all or none basis as a commercial item, fixed price contract under the procedures of FAR Parts 12 and 13. This RFQ is for Brand Name or Equal in accordance with FAR 11.104. Substitute brands may be provided if they perform the same function. If quote is for an equal product, specifications of the items must be included in the quote. Products equal to Brand Name must be accompanied with verifiable references. A technical panel for acceptance prior to award will evaluate references. Technical capability will be determined solely on the content and merit of the information submitted in response to this provision. Therefore, it is incumbent on the interested party to provide sufficient technical literature, documentation, etc., in order for the Government to make an adequate technical assessment of the proposal. The Federal Bureau of Investigation, (FBI), has a requirement for a one time fixed price purchase of the following products: (1) Motorola EX600XLS VHF Radio with Lithium Ion Battery (136-174MHz), Qty. 20; (2) Motorola VHF 9cm Stubby Antenna (155-174 MHz)(PMAD14013A), Qty. 20; (3) EX600XLS UHF Radio with Lithium Ion Battery (403-470 MHz), Qty. 20; (4) Universal Radio Pak (RLN4815), Qty. 20; (5) Lightweight Headset (NMN6246), Qty. 20; (6) EX600 Audio Adapter (PMLN4455), Qty. 30. The justification for Brand Name or Equal is based on compatibility. The FBI legacy radio system is built strictly upon the Motorola platform. Purchasing Motorola equipment is the only option because Motorola equipment complies with APCO P25 standards interfaces with the existing infrastructure, and provides the level of security necessary for the FBIs encrypted communications. The radios must be compatible with existing equipment. Delivery of items shall be within 30 days After Receipt of Order, (ARO). Destination: FOB; FBI Engineering Research Facility, Quantico, VA 22135. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Governments rights under the Inspection Clause, nor does it limit the Governments rights with regard to the other terms and conditions of the contract. In the event of a conflict the terms and conditions of the Governments contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of all items provided to the government by the Contractor. FAR Clauses and Provisions applicable to this acquisition can be obtained from the website, http://www.acqent.gov. The following clauses and provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1, Instructions to Offeror – Commercial Items (Jan 2005); 52.212-2 (Jan 1999), Evaluation – Commercial Items; 52.212-3, Offeror Representations and Certifications – Commercial Items (Mar 2003), (Please note: All offerors and prospective contractors must be registered on the Online Representative and Certification Application, (ORCA), website at http://orca.bpn.gove or must provide a completed copy of 52.212-3 with their quotation); 52.212-4, Contract Terms and Conditions – Commercial Items (Oct 2003); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (July 2005), applicable clauses under 52.212-5 include: b) 1; 5; 14; 15; 16; 17; 18; 19; 20; 26; 33; 52.211-6, Brand Name or Equal (Aug 1999); Department of Justice, (DOJ), Justice Acquisition Regulations, (JAR), Clauses: 2852.233-70, Protests Filed Directly with the Department of Justice, (Jan 1998), (a) The following definitions apply in this provision: (1) "Agency Protest Official" means the official, other than the contracting officer, designated to review and decide procurement protests filed with a contracting activity of the Department of Justice. (2) "Deciding Official" means the person chosen by the protestor to decide the agency protests; it may be either the Contracting Officer or the Agency Protest Official (3) "Interested Party" means an actual or prospective offeror whose direct economic interest would be affected by the award of a contract or by the failure to award a contract. (b) A protest filed directly with the Department of Justice must: (1) indicate that it is a protest to the agency. (2) Be filed with the Contracting Officer. (3) State whether the protestor chooses to the have Contracting Officer or the Agency Protest Official decide the protest. If the protestor is silent on this matter, the Contracting Officer will decide the protest. (4) Indicate whether the protestor prefers to make an oral or written presentation of arguments in support of the protest to the deciding official. (5) Include the information required by FAR 33.103(a)(2): (i) Name, address, facsimile number and telephone number of protestor. (ii) Solicitation or contract number. (iii) Detailed statement of the legal and factual grounds for the protest, to include a description of resulting prejudice to the protestor. (iv) Copies of relevant documents. (v) Request for a ruling by the agency. (vi) Statement as to the form of relief requested. (vii) All information establishing that the protestor is an interested party for the purpose of filing a protest. (viii) All information establishing the timeliness of this Protest. (c) An interested party filing a protest with the Department of Justice has the choice of requesting that the Contracting Officer or the Agency Protest Official decide the protest. (d) The decision by the Agency Protest Official is an alternative to a decision by the Contracting Officer. The Agency Protest Official will not consider appeals from the Contracting Officer's decision on an agency protest. (e) The deciding official must conduct a scheduling conference with the protestor within five (5) days after the protest is filed. The scheduling conference will establish deadlines for oral or written arguments in support of the agency protest and for many officials to present information in response to the protest issues. The deciding official may hear oral arguments in support of the agency protest at the same time as the scheduling conference, depending on the availability of the necessary parties. (f) Oral conferences may take place either by telephone or in person. Other parties may attend at the discretion of the deciding official. (g) The protestor has only one opportunity to support or explain the substance of its protest. Department of Justice procedures do not provide for any discovery. The deciding official may request additional information from either the agency or the protestor. The deciding official will resolve the protest through informal presentations or meetings to the maximum extent practicable. (h) An interest party may represent itself or be represented by legal counsel. The Department of Justice will not reimburse the protestor for any legal fees related to the agency protest. (i) The Department of Justice will stay award or suspend contract Performance in accordance with FAR 33.103(f). The stay or suspension, unless over-ridden, remains in effect until the protest is decided, dismissed or withdrawn. (j) The deciding official will make a best effort to issue a decision on the protest within twenty (20) days after the filing date. The decision may be oral or written. (k) The Department of Justice may dismiss or stay proceeding on an agency protests if a protest on the same or similar basis is filed with a protest forum outside the Department of Justice. 2842.201-70, Contracting Officers Technical Representative (COTR) (Jan 1985)(a) Mr./Ms. TO BE ANNOUNCED AT TIME OF AWARD, is hereby designated to act of Contracting Officer's Technical Representative (COTR) under this contract. (b) The COTR is responsible, as applicable, for: receiving all deliverable, inspecting and accepting the supplies or services provided hereunder in accordance with the terms and conditions of this contract; providing direction to the contractor which clarifies the contract effort, fills in details or otherwise serves to accomplish the contractual Scope of Work; evaluating performance; and certifying all invoices/ vouchers for acceptance of the supplies or services furnished for payment. (c) The COTR does not have the authority to alter the contractor's obligations under the contract, and/or modify any of the expressed terms, conditions, specifications, or cost of the agreement. If, as a result of technical discussions, it is desirable to alter/change contractual obligations or the Scope of Work, the Contracting Officer shall issue such changes. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. 2852.211-70 Brand Name or Equal (Jan 1985) (a) The term "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 for 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 the 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, his/her bid shall be considered as offering the brand name 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 determinations 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, drawing, 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. Addendum to 52.212-2: (a) Award will be based on product, past performance and price. Past Performance and Product, when combined, are significantly more important than price. However, as quotes become more equal in their product merit, the evaluated cost or price becomes the determining factor. Addendum to 52.212-1, Modify (b) Submission from Offers, to read as follows: Quotes shall be submitted by facsimile, to Mrs. Margaret D. Einspahr, Contracting Officer, (703) 632-1844, or by e-mail: meinspahr@fbiacademy.edu, no later than August 8, 2005, 2:00pm EST. Quotes shall be clearly marked RFQ E001421. Offerors are hereby notified that if their quote is not received by the date, time and location specified in this announcement, it will not be considered. All responsible sources may submit a quotation which shall be considered by the agency. THE AWARDEE SHALL BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION DATABASE AS REQUIRED UNDER FAR 52.204-7 (Oct 2003), PRIOR TO RECEIVING AN AWARD. Information concerning CCR requirements can be accessed at http://www.ccr.gov, or by calling the CC Registration Center at 1-888-227-2423. For information regarding this combined synopsis/solicitation, contact Mrs. Margaret D. Einspahr by e-mail, meinspahr@fbiacademy.edu. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (03-AUG-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOJ/FBI/ECU15/RFQE001421/listing.html)
 
Place of Performance
Address: Quantico, VA
Zip Code: 22135
Country: United States
 
Record
SN00861985-F 20050805/050803213530 (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.