Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 31,2000 PSA#2653

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 -- 7 X 50 BINOCULAR (NO RETICLE) SOL RFP 945110 DUE 081700 POC Luwanna Greene (202) 324-3319 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; proposals are being requested and a written solicitation package WILL NOT BE ISSUED. This is Request for Proposal Number (RFP) 945110. This combined synopsis/solicitation incorporates provisions and clauses that are in effect through the Federal Acquisition Regulation Circular 97-18. This solicitation is 100% Small Business Set Aside. The North American Industry Classification System Code is 333314. The Small Business Size Standard is 500 employees. The Federal Bureau of Investigation requests proposals for a single award, Indefinite-Delivery, Indefinite-Quantity, commercial-item contract. Award will be made to the responsible offeror with acceptable or neutral past performance that meets the minimum solicitation requirements, set forth herein, and offers the lowest evaluated price. Lowest evaluated price will be determined by adding together the proposed price for each of the eight incremental quantities of 50 for each year to arrive at a total price. This total price will be the price used to determine the lowest evaluated price. The evaluation of option years does not obligate the government to exercise the option(s). Past performance will be evaluated with the following subfactors: (product quality; customer satisfaction and adherence to delivery schedule). Offerors must have acceptable or neutral past performance in all of these areas to be considered acceptable. The contract is for one year with four one-year options. The guaranteed minimum quantity is $68,000.00. The estimated maximum dollar amount over the life of the contract is $1,200,000. The government is not obligated to order more than the guaranteed minimum. Delivery shall be 90 days ARO, FOB destination, to the FBI Engineering Research Facility, Building 27958A, Attn: Robert Willis, Contracting Officer's Technical Representative, Quantico, Virginia 22135. The minimum solicitation requirements are: a 7 x 50 binocular (no reticle) with individual eyepiece focusing, a minimum diopter range +/- 5 dpt., encased in protective non-slip rubber armoring made of a non-reflective olive-drab or black color, waterproof and shockproof. The binocular shall have high visual image quality free of glare from non-optical surfaces and multiple images; anti-reflection coatings; and exhibit a minimum resolution of 17.89 arc seconds per cycle when the human eye is taken to be 120 arc seconds per cycle; a minimum luminous transmission of 80%; Collimation: maximum Convergence: 8 minutes of arc; maximum Dipvergence: +/- 2 minutes of arc (according to height); maximum Divergence 2 minutes of arc. The interocular hinge shall move smoothly and without friction during adjustment when the binocular has been exposed or stored under the extreme temperature conditions as stated below. When it has been exposed or stored in extreme temperatures as stated below, the eyepiece shall be capable of smooth adjustment over the full diopter range and its internal surfaces must be free from moisture. The binoculars shall be capable of operating in environments such as hot, dry deserts; frigid arctic regions or hot, humid tropical areas. The binocular is intended to be used in a wide variety of environment extremes anywhere in the world for visual surveillance. The binocular will be stored and utilized in an operational mode in situations and environments ranging from a low physical stress surveillance scenario conducted in a typical urban/suburban/rural environment to a paramilitary, high physical stress operations conducted in rugged terrain and extreme climatic conditions and temperatures as identified. The following provisions and clauses are applicable to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items (3/00); 52.212-4 Contract Terms and Conditions-Commercial Items (5/99); and 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (6/00). The following clauses/provisions are applicable in Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items: 52.203-6 Alt I. Restrictions on Subcontractor Sales to the Government (7/95); 52.219-4 Notice of Price Evaluation Preference for HubZone Small Business Concerns (1/99); 52.219-8 Utilization of Small Business Concerns (10/99); 52.219-14 Limitation on Subcontracting (12/96); 52.222-21 Prohibition of Segregated Facilities (2/99); 52.222-26 Equal Opportunity (2/99); 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (4/98); 52.222-36 Affirmative Action for Workers with Disabilities (6/98); 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (1/99); 52.225-1 Buy American Act -- Balance of Payment Program-Supplies (2/00); and 52.232-33 Payment by Electronic Funds-Central Contractor Registration (5/99). The following Department of Justice clauses are applicable to this solicitation and can be obtained in full text at http://www.usdoj.gov/jmd/pss/jarinet.htm: 2852.201-70 Contracting Officer's Technical Representative, JAN 1985 (see above) and 2852.233-70 Protests Filed Directly With the Department of Justice, JAN 1998. The following clauses are also incorporated by reference into this solicitation: 52.217-9 Option to Extend the Term of the Contract (3/00) The government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the government gives the contractor a preliminary notice of its intent to extend at least 30 days before the contract expires. The total duration of this contract including the exercise of any options under this clause shall not exceed 60 months; 52.216-18 Ordering (10/95) Orders may be issued from date of award through contract expiration; 52.216-19 Ordering Limitations (10/95) When the government requires supplies or services covered by this contract in the quantity of one unit, the government is not obligated to purchase nor is the contractor obligated to furnish those supplies under the contract. The contractor is not obligated to honor (1) any order for a single item in excess of 1,500 units; (2) a series of orders from the same ordering office within (2) days that together call for quantities exceeding the limitation in subparagraph (1) of this section. The contract shall govern the contractor's and government's rights and obligations with respect to that order to the same extent as is the order were completed during the contract's effective period; provided that the contractor shall not be required to make any deliveries under this contract after five years from date of award; 52.216-22 Indefinite Quantity (10/95) The contractor shall not be required to make any deliveries under this contract 60 months after the date of award.; and 52.219-1 Small Business Program Representations (5/99). The government may place orders using the government credit card or by purchase order. All provisions and clauses can be obtained in full text at Internet web site http://www.arnet.gov/far (Part 52). Offerors shall provide pricing for the award year and the four one-year option periods, to include any applicable quantity discounts in multiples of 50 (ending at a quantity of 400). Offerors shall submit specification data sheets, with their proposal, of proposed models sufficient to enable the government to determine their technical acceptability with the performance standards stated above, as well as product samples (one product sample per model) which can be evaluated. Proposals shall be submitted on the Standard Form 1449 with an original and one copy. The standard commercial warranty shall be provided with the proposal and shall be incorporated into the contract terms and conditions. Offerors shall provide a completed copy of the provision 52.212-3 Offeror Representations and Certifications-Commercial Items (2/00) with its offer. Offerors shall provide copies of past performance ratings (to include names, addresses, and telephone numbers) of the last three contracts (previous and/or current) of companies/ government agencies that have received the same binocular being solicited in this solicitation from your company. This information will be used to evaluate an offerors past performance. The point of contact for this solicitation is Luwanna Greene (202) 324-3319. Proposals are due on 8/17/00 at 1:00pm EST. Proposals shall be addressed and clearly marked to the Federal Bureau of Investigation, 935 Pennsylvania Avenue, N.W., Attention: Luwanna Greene, Room 6888, Washington, D.C. 20535. Faxed offers and hand deliveries will not be accepted. This information should be forwarded to all commercial courier services. See Numbered Note 1. ***** Posted 07/27/00 (W-SN479303). (0209)

Loren Data Corp. http://www.ld.com (SYN# 0312 20000731\66-0010.SOL)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |


Created on July 27, 2000 by Loren Data Corp. -- info@ld.com