Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 23, 2001 PSA #2983
SOLICITATIONS

99 -- SELF RECORDING DIGITAL MESSAGE REPEATERS, AKMAN SR-1 OR EQUAL

Notice Date
November 20, 2001
Contracting Office
National Park Service, Harpers Ferry Center, Office of Acquisition Management, P.O. Box 50, Taylor Street, Harpers Ferry, West Virginia 25425-0050
ZIP Code
25425-0050
Solicitation Number
Q1130020030
Response Due
December 20, 2001
Point of Contact
Beverly Rinaldi-Alt, Contracting Officer, (304) 535-6237
E-Mail Address
beverly_rinaldi-alt@nps.gov (beverly_rinaldi-alt@nps.gov)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; price quotations are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. This acquisition is a total small business set-aside. Responses are due on or before December 20, 2001. The North American Industry Classification System code is 421690 and the related small business size standard is 500 employees. The National Park Service has a requirement for Self Recording Digital Message Repeaters, Akman SR-1, Brand Name or Equal that includes the following salient characteristics: variable sampling rate: 44.1, 22, 16 and 18 kHz; plays standard PCMCIA flash card; built in 20 watt audio amplifier with " mono phone jack; line output with phone jack; programmable 2amp relay output; 8 digital inputs; plays up to 63 multiple sounds; runs on 120 VAC or 12VDC, with AC adapter included and enclosure size M unit (8/5" wide x 7" deep x 1/5" high). The above listed characteristics are intended to be descriptive, but not restrictive. Unless clearly marked that the offeror is quoting on an "equal" product, the brand name, if any, of the product to be furnished shall be inserted in the proposal. The determination as to equality of the product shall be the responsibility of the National Park Service and will be based on information furnished by the offeror. The National Park Service is not responsible for locating or securing any information that is not identified in the quotation and reasonably available to the National Park Service. To insure that sufficient information is available, the offeror must furnish as a part of the quotation all descriptive material (such as cuts, illustrations, drawings and other information) necessary for the National Park Service to determine whether the product meets the salient characteristics of the requirement. If the offeror proposes to modify a product so as to make it conform to the requirements of this announcement, he/she shall include a clear description of such proposed modifications and clearly mark any descriptive material to show the proposed modifications. Warranty Period shall be confirmed to be one year after acceptance. A one-year contract with one one-year option is anticipated. Year 1 will contain a minimum guaranteed purchase of 1 unit and a maximum limitation of 200 units. Year 2 will contain a minimum guaranteed purchase of 1 unit and a maximum limitation of 100 units. Provide unit pricing for both years. Destination -- - FOB. Delivery 30 days after receipt of individual Delivery Order. All quotations shall be mailed to the address listed in the CBD, no later than 4:00 p.m., EST, December 20, 2001, and be clearly marked with Request for Quotations Number Q1130020030. The Point of Contact for all information is Beverly Rinaldi-Alt, Contract Specialist, at the address and phone number listed above. Offerors are hereby notified that if your quotation 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; FAR clause 52.212-4, Contract Terms and Conditions Commercial Items; FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; FAR clause 52.216-18, Ordering; FAR clause 52.216-19, Order Limitations; and FAR clause 52.216-22, Indefinite Quantity. The National Park Service will award to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the National Park Service, price and other factors considered. Offerors will be evaluated in accordance with FAR provision 52.212-2 Evaluation Commercial Items. The following factors shall be used to evaluate offers: the ability to meet the technical capability and price in descending order of importance. All offerors shall submit the following: Price per unit for both years for Self Recording Digital Message Repeaters, SR-1 or equal; technical description and/or product literature; description of warranty; copy of the most recent published price list; and a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items. All offers should be sent to the National Park Service; Harpers Ferry Center; Office of Acquisition Management; Attn: Beverly Rinaldi-Alt, Contract Specialist; Request For Quotations Number Q1130020030; P.O. Box 50; Harpers Ferry, West Virginia 25425-0050. Faxed offers will not be accepted.
Record
Loren Data Corp. 20011123/99SOL018.HTM (W-324 SN5134F3)

99 - Miscellaneous Index  |  Issue Index |
Created on November 20, 2001 by Loren Data Corp. -- info@ld.com