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

66 -- INSTRUMENTS AND LABORATORY EQUIPMENT SOL RFQ897875 DUE 083099 POC Edith M. Young, Contract Specialist, (202)324-8809 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. This 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 under the Simplified Acquisition Procedures (SAP) for Small Business-Small Purchase Set-Aside. The Standard Industrial Classification is 3823, and the Business Size Standard is 500 employees. This will be a Firm-Fixed price contract for the acquisition of the following(Tri-Plex System) Brand Name or Equal items. All items will be required in a quantity of one (1). One (1) Osprey Telecom Signal Recorder with DS3 Interface Striping Software and accessories or Equal. The following are the minimum salient characteristics. Recorder shall have T-3 record and playback at 44.736 Mbps. System shall record and playback variable data rates from 0 to 45 Mbps. System shall have select T-1 tributary to demultiplex from T-3. Shall be framed signal present indicator. Shall have a power on/off switch. Shall have remote control RS-232 port that provides remote control of all functions. Systems power shall be 95 to 130 volts AC and 180 to 260 volts AC auto-ranging 47 to 63 Hz. System shall have storage media compatible with Quantum DTL-7000 tape drive. Each system chassis shall be in size 7"Hx19"Wx22"D (rack mount) and weigh not more than 28lbs. (2) One additional (1) (Osprey Chassis and Tape Drive) with the seamless recording option; Chassis shall have continuous and seamless recording and playback for up to three (3) plus hours at the T-3 rate without operator intervention. Shall have unlimited seamless recording and playback at the T-3 rate with operator intervention. Shall have take drive expansion chassis. Shall have the ability to add additional DLT 7000 tape drives. Shall have one additional DLT tape drive with cables, terminator plug, update disk, 1 DLT tape and 1 DLT cleaning tape. Tape drive shall have seamless recording and playback for over 6 hours at the T-3 rate without operation intervention. Shall have one additional DLT tape drive with cables, update disk, 1 DLT tape and 1 DLT cleaning tape and drive mounting hardware. The above listed characteristics are intended to be descriptive, but not restrictive. Unless visibly marked that the vendor is quoting an "equal" the offered items shall be considered the brand name product as referenced in this announcement. If offering an equal product the brand name of the product furnished shall be clearly identified on the proposal. The evaluation of quotes and the determination as to equality of the product shall be the responsibility of the Government and shall be based on information provided by the vendors. The Government is not responsible for locating or securing any information which is not identified in the quotation and reasonable to the purchasing activity. To insure that sufficient information is available the vendor must furnish as part of their quote all descriptive material necessary for the purchasing activity to determine whether the products meets this requirement. Vendors proposing to modify a product to make it conform to the requirements of this announcement shall include a clear description of proposed modification and clearly mark any descriptive material to show proposed modification. All equipment delivered as a result of this announcement shall be Year 2000 Compliant. Offeror shall submit with their offer verification of the Year 2000 compliance. Warranty period shall be for one year after acceptance of the equipment. Destination FOB-Delivery FBI Engineering Research Facility, Attn: Support Services Spvsr. Building #27958A Quantico, VA 22135. All bids shall be mailed to the address listed in the CBD announcement no later than 1:00p.m. EST, August 30, 1999 and clearly marked with the RFQ# 897875. No hand carried proposal will be accepted. Fax proposal will be accepted (202)324-5722. The point of contact for information is Edith M. Young Contract Specialist, at the address and phone number listed above. All potential bidders are hereby notified due to security requirements, Federal Express, DHL, UPS, 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 the CBD synopsis/solicitation for receipt of bids, vendors are hereby notified that if your proposal is not received by the date/time and at the specified location in this announcement, your bid will be considered late. The following clauses and provisions are incorporated by reference and apply to this acquisition: FAR provision 52.212-1 Instruction to Offerors- 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 following FAR clauses apply to this requirement and are hereby incorporated by reference: FAR 52.203.6 Restriction on Subcontractor Sales to the Government (Jul 1995); FAR 52.219.8 Utilization of Small Business Concerns (June 1999); FAR 52.222.21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222.26 Equal Opportunity (Feb 1999); FAR 52.222.35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Apr 1998); FAR 52.222.36 Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.225.8 Buy American Act-Trade Agreement-Balance of Payment Program Certificate (Jan 1994). Each offeror shall include a completed copy of the FAR provision 52.212-3 Offeror Representations and Certification Commercial Items (June 1999). The following Justice Acquisition Regulations (JAR) are also applicable to this acquisition : JAR clause 2852.201.70 Contracting Officers Technical Representative (COTR) (Jan 1985) and JAR clause 2852.211.70 Brand-Names or Equal. All responsible offerors may submit a quotation which, if timely received shall be considered by the agency. The Government will award to the responsible offeror whose offer conforms to this solicitation and will be most advantageous to the Government, price and other factors considered. Past Performance Offeror shall provide at a minimum the names and telephone numbers of three customers that have acquired the same or similar products for past performance evaluation. Offerors will be evaluated in accordance with FAR provision 52.212-2 Evaluation-Commercial Items (Jan 1999). The following factors shall be used to evaluate offers. Technical and past performance when combined are significantly more important than price. The ability to meet the technical requirements and price in descending order. Technically acceptable proposal must show that the offeror can meet the requirements of the Government. Proposals must state name, address and RFQ number. To view the clauses in full text visit the following websites: http://www.arnet.gov; http://www:usdoj.gov/jmd/pss/jarinet.htm See numbered note 1***** Posted 08/10/99 (W-SN365840). (0222)

Loren Data Corp. http://www.ld.com (SYN# 0397 19990812\66-0015.SOL)


66 - Instruments and Laboratory Equipment Index Page