Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 12,1999 PSA#2408

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, & COHERENT RADIATION EQUIPMENT SOL RFQ877181 DUE 083199 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) 97-12. This solicitation is being issued as a Request for Quotation (RFQ) #877181. This solicitation is under the Simplified Acquisition Procedures (SAP) for Small Business-Small Purchase Set-Aside. North American Industry Classification System Number is 334220, and the Business Size Standard is 750 employees. The requirement consists of seventy-five (75) broadcast network transceivers (NXL384A); Brand Name (Audio Processing Technology, Inc) or Equal that meets the following salient characteristics for the Audio Processing Technology transceivers, but are not limited to: source coding using proprietary apt-X compression algorithm, fixed 4:1 compression ratio with negligible coding delay, e.g, 3.8ms @ 32kHZ; compact design for ease of access in rack-mount situations, Size: 1U x 19" rack-mount (h 45mm x w 480mm x d (front-back) 250mm); Integral Embedded Auxiliary Data, RS232 embedded data @ Fs/4; 3.5kHZ -- 15kHZ audio bandwidth; Audio Bandwidth (mono): 6.8 kHZ mono through 15kHZ mono, Audio Bandwidth (stereo): 3.5 kHZ stereo through 15kHZ stereo; 56kbits/s -- 256kbits/s transmission bandwidth; x.21/V.35 data interface options; automatic transmission back-up; full duplex operation; transceiver are designed to deliver broadcast quality audio over nailed up digital links such as STL's and permanent studio networks; transceiver utilizes proven apt-X technology to provide high quality audio with negligible coding delay; transceiver is the integral back-up circuit, providing the broadcaster with the assurance of programme continuity, auxiliary data at baud rates up to 9600, offers the user additional control and data transmission features, the comprehensive alarm and test functions provide total transmission security. The above listed characteristics are intended to be descriptive, but not restrictive. Unless clearly marked that the vendor is quoting 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 quote. The following Federal Acquisition Regulation clause 52.211-6 Brand Name or Equal (Aug 1999) is applicable to this solicitation and can be obtained from: 11.107: Solicitation provision (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must -- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by -- (I) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) The government reserves the right to request product samples which can be tested for compatibility. Standard commercial warranty is required -- Samples only should be submitted to FOB -- Destination Quantico, VA 22135, Building #27958A, Attn: Robert McMillan -- All bids shall be submitted to the address listed on line #7 no later than 3:00pm EST, August 31 1999, and be clearly marked with RFQ #877181. No hand carried offers will be accepted. The point of contact for all information is Ms. Sandra Y. Carr, Contract Specialist, at the Federal Bureau of Investigation, Room 6888. All quotes must be furnished to Federal Bureau of Investigation, Cheverly Industrial Park, 2400 Schuster Drive, Cheverly, MD 20781-1121, Attn: Sandra Carr. In consideration of this requirement thenormal response time of 15 days has been extended to 20 days. Bidders are hereby notified that if your bid is not received by the date/time to Sandra Carr in Room 6888, it will be considered late. All supplied equipment must be Y2K compliant. The following clauses and provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offers -- Commercial Items (June 1999); FAR clause 52.212-4 Contract Terms and Conditions -- Commercial Items (May 1999); FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial Items (May 1999). The full text clauses can be obtained at Web Site (FAR) http://www.arnet.gov/far/. Each offeror shall include a completed copy of the FAR provision 52.212-3 Offeror Representations and Certification -- Commercial Items (June 1999). 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 (January 1999). The evaluation criteria for this solicitation will consist of technical capability of the offered items to meet the agency requirements, price and past performance. Technical capability and past performance when combined are significantly more important then price/cost. Offerors shall provide names, addresses and telephone numbers of customers, either Government or commercial, that have received the same product during the past three years (this information is needed for the evaluation of past performance). Fax proposals will be accepted and, in fact, are encouraged at (202) 324-5722. Proposal must state name, address and RFQ number. A technically acceptable quote must clearly show that the offeror can meet the minimum requirement of the Government. Award to be made within a week after closing. Posted 08/10/99 (W-SN365870). (0222)

Loren Data Corp. http://www.ld.com (SYN# 0342 19990812\58-0014.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page