Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 23,1998 PSA#2037

U.S. Department of Justice, Federal Bureau of Investigation, J. Edgar Hoover Building, Rm 6875, 935 Pennsylvania Ave., N.W., Washington, DC 20535-0001

58 -- COMMUNICATION, DETECTION, AND COHERENT RADIATION EQUIPMENT SOL RFQ7173 DUE 031098 POC Sandra Y. Carr, Contract Specialist, (202) 324-1474 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 90-46. This solicitation is under the Simplified Acquisition Procedures (SAP) for Small Business-Small Purchase Set-Aside. The Standard Industrial Classification is 3669, and Business Size Standard is 750 employees. This will be a Firm-Fixed price contract for one hundred and twenty (120) Laser Rangefinder, model #20-0400, Brand Name (Bushnell) or Equal that meets the following salient characteristics: Laser Type: Infrared Class I, eyesafe; Units of Measure: Measure distances in either yards or feet; Range of Measure: Can measure from 16 yards/meters to 400 yards/meters on moderately reflective targets; up to 999 yards/meters for highly reflective targets; Measurement accuracy: + 1 yard/meter; Power Source: one 9 volt battery; Weight: 18 ounces; External Dimensions: 6.20 inches in length, 4.5 inches in width, 3 inches in height; Optical Design: Monocular Optical viewing system (dual objective lens and single eyepiece) containing an inview LCD display system; (a) Magnifying Power: four times, (b) Eye relief: 25 millimeters, (c) Field of View: eight degrees and (d) Illuminating indicators: contains indicators that advise when the laser is active, the target reflectivity level, the precision tolerance of a measurement and the battery condition; Targeting Modes: (a) Standard: used for moderately reflective targets, allows most targets to be distanced to 400 yards/meters, (b) Reflective: used for highly reflective targets increases the effective range up to 999 yards/meters, (c) Rain: in this setting, device will ignore feedback from energy pulses reflecting off of precipitation such as rain and snow and (d) Zip mode: device will ignore energy pulses reflecting off objects less than 115 yards/meters away. The above listed characteristics are intended to be descriptive, but not restrictive. 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 proposes 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 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 insure that 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 proposes to modify a product so as to make it conform to the requirements of this announcement he shall include a clear description of such proposed modification and clearly mark any descriptive material to show the proposed modifications -- Warranty Period one year after acceptance -- System Life three (3) years, the remaining two years subsequent to equipment warranty will require and estimated annual cost based upon five percent of the original equipment cost to calculate maintenance and upgrade funds required over the systems life of this equipment -- Destination-FOB -- Delivery FBI, Engineering Research Facility, Quantico, VA 22135. All bids shall be mailed to the address listed in the CBD, no later than 4:30p.m. EST, March 10, 1998, and be clearly marked with RFQ #7173. Bid samples are required, (submit all samples to Delivery address, Attn. Robert Willis). No hand carried proposals will be accepted. The Point of Contact for all information is Ms. Sandra Y. Carr, Contract Specialist, at the address and phone number listed above. Also, all potential bidders are hereby notified that due to security requirements, Federal Express, D.H.L., UPS, ETC, deliveries for the FBI Headquarters facility are now received at an off-site location. Therefore, the normal response time of 15 days has been extended to 20 days. The FBI has allowed five (5) extra days from the release of this CBD synopsis/solicitation for receipt of a bid. Bidders are hereby notified that if your proposal is not received by the date/time and at the location specified in this announcement, that it will be considered late. The following clauses and provisions are incorporated by reference and apply to this acquisition: FAR provision 52.212-1 Instructions to Offerors -- Commercial Items (June 1997); FAR clause 52.212-4 Contract Terms and Conditions—Commercial Items (May 1997). Each offeror shall include a completed copy of the FAR provision 52.212-3 Offeror Representations and Certification Commercial Items (January 1997). All responsible sources may submit a quotation which, if timely received shall be considered by the agency. 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. Offerors will be evaluated in accordance with FAR provision 52.212-2 Evaluation -- Commercial Items (October 1997). The following factors shall be used to evaluate offers. The ability to meet the technical capability and price in descending order of importance. Fax proposals will be accepted and, in fact, are encourage at (202) 324-5722. Telephone calls will not be accepted. Proposals must state name, address and RFQ number. A technically acceptable proposal must clearly show that the offeror can meet the minimum requirement of the Government. Award to be made within one week after closing. (0050)

Loren Data Corp. http://www.ld.com (SYN# 0259 19980223\58-0009.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page