Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2004 FBO #0983
SOLICITATION NOTICE

23 -- Tractor Trailer Driving Simulator

Notice Date
8/3/2004
 
Notice Type
Solicitation Notice
 
NAICS
423110 — Automobile and Other Motor Vehicle Merchant Wholesalers
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Property Procurement and Management Section, 935 Pennsylvania Avenue, N.W., Washington, DC, 20535
 
ZIP Code
20535
 
Solicitation Number
RFQ-124190
 
Response Due
8/18/2004
 
Archive Date
9/2/2004
 
Point of Contact
Janice Williams, Contracting Officer, Phone 703-339-2742, Fax 703-339-2750,
 
E-Mail Address
jwillms725@aol.com
 
Small Business Set-Aside
Total Small Business
 
Description
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. Quotes are being requested and a written solicitation will not be issued. Request for Quotation (RFQ) 124190 is assigned and shall be referenced on any quotation. All incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-24. This solicitation is being conducted under the Simplified Acquisition Procedures (SAP). The North America Industry Classification System (NAICS) Code is 423110, with a Small Business -Small Purchase Set-Aside of 500 employees. The solicitation will be distributed solely through the General Administration?s Federal Business Opportunities web site: http://www.fedbizopps.gov/. Hard copies of this solicitation document will not be available. The site provides downloading instructions. The proposed contract action will result in a Firm-Fixed Price, One-Time Buy, type contact. The Government?s requirement is for the following items, brand name or equal for a quantity of one (1) TranSim VSIII Tractor Trailer Driving Simulator manufactured by GE Driver Development (GEDD) and sold by Applied Simulation Technologies,, (AST), 2961 W. California Avenue, Suite A, Salt Lake City, UT 84104. The TranSim line of driving simulators utilizes an Eaton transmission simulator. AST is the sole provider of the Eaton manual transmission equipped tractor trailer simulator. The Tractor Trailer Driving Simulator shall contain the following minimum salient characteristics: (1) CDL Tractor Trailer Driving Simulator; (2) 180 degree field of view; (3) Fully programmed for differing driving situations such as snow, rain, fog, night, city traffic and rural conditions. This includes the capability to change conditions at any time during the simulation. (4) Manual, full feedback Eaton transmission; (5) All commonly present gauges and cab controls such as parking brakes, windshield wipers, mirror adjustment, speedometer, tachometer and air pressure. The above listed characteristics are intended to be descriptive, but not restrictive. Unless visibly marked the vendor is quoting and equal product, the offered item shall be considered the brand name product as referenced in this announcement. If quoting and ?or equal? product, the vendor shall submit detailed specifications with their quotation for evaluation purposes. All responsible sources may submit a quote which shall be considered and the FBI reserves the right to request samples. All quotes shall be submitted to the address listed above no later than 4:00 pm, EST., August 18, 2004, and all quotes shall be clearly marked RFQ 124190, Attention: Janice Williams. Fax quotes will be accepted, and in fact, are encouraged at facsimile number (703)339-2750. No hand carried quotes will be accepted. The Standard Commercial Warranty is one year. FBO Destination basis to the FBI, Engineering Research Facility (ERF), Bldg 27958A, Quantico, VA 22135. All questions to this requirement shall be submitted via fax within five (5) business days after the announcement, any responses to questions provided will be posted on this site. If offering and ?or equal? product, the brand name of the product furnished shall be clearly identified on the quote. The evaluation of quotes and the determinating as to the 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 responsible to the purchasing activity. Vendors are hereby notified that if your quote is not received by the date/time stated above, your quote shall be considered late and therefore, not accepted. The following clauses and provisions are incorporated by reference and apply to this acquisition: Federal Acquisition Regulation (FAR) provision 52.212.1, ?Instructions to Offeror - Commercial Items? (June 2004); FAR provision 52.212.2 ?Evaluation-Commercial Item? (Jan 1999); FAR 52.212-4 ?Contract Terms and Conditions - Commercial Items (Oct 2003); FAR clause 52.212-5, ?Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items? (June 2004); Subsection (a), (b), and (e) apply. FAR provision 52.215-5, ?Facsimile Proposals? (Oct 1997). The full text clauses can be obtained at the following web site: http://www.acqnet.gov/. FAR provision 52.212-2, ?Evaluation - Commercial Items? (Jan 1999) is tailored to read as follows: All responsible vendors may submit a quotation which, if timely received, shall be considered by the FBI. The Government will award the contract to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers (i) Technical (ii) Past Performance (iii) Price. Technical and Past Performance (listed in descending order of precedence) is more important than price. Offeror shall provide names, addresses and telephone numbers of customers (please limit to three (3) references), either Government or commercial, that have received the product during the past three years (this information is needed for the evaluation of past performance). All reference information, for past performance purposes, shall be submitted on August 18, 2004, at 4:00 PM, EST. The Government reserves the right to award without discussion. Each offeror shall include a copy of the FAR provision 52.212-3, ?Offeror Representation and Certification - Commercial Items? (May 2004). The following Department of Justice Acquisition Regulation (JAR) clauses are applicable to this acquisition and can be obtained in full text at: http://www.usdoj.gov/jmd/pe/jarinet/htm: JAR clause 2852.201.70, ?Contracting Officer?s Technical Representative (COTR)? (Jan 1985); JAR clause 2852-233-70, ?Protest Filed Directly with the Department of Justice (Jan 1998), and JAR clause 2852.211.70, ?Brand Name or Equal? (Jan 1985). Award is anticipated within two (2) weeks after the closing of this announcement.
 
Place of Performance
Address: FBI, ENGINEERING RESEARCH FACILITY (ERF), BLDG. 27958A, QUANTICO, VA
Zip Code: 22135
Country: U.S.A
 
Record
SN00635609-W 20040805/040803212033 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.