Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2008 FBO #2287
MODIFICATION

58 -- Portable Eavesdropping Protection Pack

Notice Date
2/28/2008
 
Notice Type
Modification
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK PHILADELPHIA OFFICE, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083, UNITED STATES
 
ZIP Code
19111-5083
 
Solicitation Number
N6328508RC00103
 
Response Due
3/7/2008
 
Archive Date
3/22/2008
 
Point of Contact
Christine Schmidt, Contract Specialist, Phone 215-697-9459, Fax 215-697-9569, - Kevin Sweetra, Contracting Officer, Phone 215-697-9600, Fax 215-697-9569
 
E-Mail Address
christine.schmidt@navy.mil, kevin.sweetra@navy.mil
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The RFQ number is N00189-08-Q-Z042. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005- 12 and DFARS Change Notice 2007-0802. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dars/dfars/html/current/252201.htm. The NAICS code is 423610 and the Small Business Standard is 100. This is a 100% Small Business Set-Aside. The FISC Division Philadelphia requests responses from qualified sources capable of providing the following Contract Line Item Numbers (CLIN): (CLIN 0001) (5 ea) portable eavesdropping protection pack, which includes (1) a carrying case, (2) a signal generator/mixer/amplifier, (3) enough sound masking devices to protect at least 25 different points (minimum requirement is 25 but the government prefers over 30 points), (4) an operating manual, and (CLIN 0002) option for ordering additional units at any quantity from 1 through 10 through fiscal year 2010. The individual minimum requirements for each of the portable eavesdropping protection pack are as follows: (1) Minimum Signal Generator Requirements ? (a) Each signal generator must be compact and fit into one portable carrying case, to include the sound masking devices; (b) Each signal generator must be a multi-purpose signal generator, mixer and amplifier; (c) each signal generator must be capable of providing the following switch selectable signals: pink/white analog, Gaussian random, and non-deterministic, (d) each signal generator must have an adjustable low pass filter; (e) each signal generator must provide signal layering; (f) each signal generator must provide at least 40Watt, 70volt output, amplifier with gain control. (2) Minimum Sound Masking Devices Requirements- (a) all sound masking devices must be compatible with the signal generator listed above; (b) each portable eavesdropping protection pack must contain enough sound masking devices to protect at least twenty-five (25) different points; (c) all sound masking devices must be plug and play capable; (e) all sound masking devices must be capable of ?daisy chain? configuration; (f) all cabling must be pre-cut, utilize RCA type phono jacks, and be capable of connecting forty (40) sound masking devices for use at the same time. (3) Minimum Sound Masking Carrying Case Requirements ? (a) each portable eavesdropping protecting pack must be contained in single (1) case that has been tested to meet Mil C-41501 requirements; (b) each case must be capable of being move by a single (1) person. Delivery is 30 days after receipt of the award. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control, except final inspection and acceptance shall be at the destination (Naval Criminal Investigative Service). The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (b) 5 (i), (9), (18), (19), (20), (25), and (33); 52.217-6, Option for Increased Quantity and 52.225-1, Buy American Act ? Supplies. Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including (a) 52.203-2 and (b) (4), (17), (20) (i); 252.232-7003, Electronic Submission of Payment Requests. This announcement will close at 4 p.m. on 07 March 2008. Contact Christine Schmidt who can be reached at 215-697-9459 or email Christine.Schmidt @navy.mil. All offers can be submitted via email or via fax at 215-697-9569, attn: Christine Schmidt. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. OPTION FOR INCREASED QUANTITY To accommodate potential increases in requirements under the resultant contract, the Government may increase the supply called herein by up to, but not exceeding 10 units. The Contracting Officer may exercise quantity, or a portion thereof, at any time, or from time to time within the timeframe indicated in Contract Line Item Number (CLIN) 0002 of the contract. These OPTIONAL increased quantities shall be exercised via written contract modification. If exercised, the Contractor shall provide the supply at the contractual unit prices. Quotation Requirements Contractors are required to submit their quotes in two separate parts as follows: Part I Technical Information This part shall contain Product (Technical) Literature information. The offeror(s) shall submit their product literature showing all the specifications for the proposed portable eavesdropping protection pack. The technical literature will be reviewed first to make sure the offeror(s) can meet the minimum requirements. Part II Evaluation Factors 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of quotes, the final contract award will be based on a combination of factors - a combination of price and past performance. Quoters are encouraged to submit items on varying points above the 25 minimum and multiple quotes from each offeror will be considered and evaluated. The items that offer the most economical combination of price and points will be used in this combination of price/past performance best value determination. The quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter?s past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ . METHOD OF PROPOSAL SUBMISSION: The NECO website has a "submit bid" button next to the solicitation number. DO NOT use the "submit bid" button on NECO to submit your quote. All quotes shall include price(s), FOB point, a point of contact, name and phone number, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (28-FEB-2008); 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.fbo.gov/spg/DON/NAVSUP/N00189PHILADELPHIA/N6328508RC00103/listing.html)
 
Place of Performance
Address: NAVAL CRIMINAL INVESTIGATIVE SERVICE 716 SICARD ST, SE SUITE 2000 WASHINGTON NAVY YARD WASHINGTON, DC
Zip Code: 20388-5380
Country: UNITED STATES
 
Record
SN01520268-F 20080301/080228232102 (fbodaily.com)
 
Source
FedBizOpps 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.