Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2009 FBO #2705
SOLICITATION NOTICE

66 -- Coherent, Inc. TracER Compact Forensic Laser System or Equal

Notice Date
4/21/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535
 
ZIP Code
20535
 
Solicitation Number
RFQ09LDQ002101-2352
 
Archive Date
5/16/2009
 
Point of Contact
Dina Olibah,, Phone: 7038144830, Lynda M. Theisen,, Phone: 703-632-8067
 
E-Mail Address
Dina.Olibah@ic.fbi.gov, Lynda.Theisen@ic.fbi.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for BRAND NAME or Equal commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-31, Effective 20 April 2009. All future information about this acquisition including solicitation amendments will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The solicitation number is RFQ 09-LDQ002101/2352 and shall be referenced on all quotes. The FBI intends to procure three (3) Coherent, Inc. TracER Compact Forensic Laser Systems used for latent prints and evidence detection with the required specifications: • 532 nm wavelength • Minimum of 8 Watt Power • Minimum bandwidth of 0.5 • Minimum beam diameter of 15 cm • Uniform speckle free beam quality • Less than 30 second start up time • Trigger to turn on/off laser on hand piece • Standard armored fiber optic cable at least 3 meters long • Battery that lasts at least 90 minutes • Power cord to be included • Portability of unit, unit to weigh no more than 50 pounds with applicable attachments • Shutter opening and closing available on headpiece and unit • Packaged in appropriate travel/mailable case • Air cooled laser system *Special note - total cost to include at a minimum 1 year warranty All items shall be delivered FOB destination 30 days ARO to FBI Laboratory, 2501 Investigation Parkway, Quantico, VA 22135. Inspection and acceptance will take place at the aforementioned address. Brand-name or Equal- Items called for by this combined synopsis/solicitation have been identified by a brand name or equal description, such identification is intended to be descriptive but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Quotes offering equal products (including products of a brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristics and requirements listed in the combined synopsis/solicitation; unless the quoter clearly indicates in his/her quote that he/she is offering an equal product referenced in the solicitation. If the quoter proposes to furnish an equal product, the brand name, if any, of the product to be furnished shall be clearly identified in the quote. The evaluation of quotes and the determination to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the quoter or identified in his/her quote as well as other information reasonably available to the purchasing activity. To ensure that sufficient information is available, the quoter must furnish as a part of its quote all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the purchasing activity to: (i) determine whether the product offered meets the salient characteristics requirements of the combined synopsis/solicitation, and (ii) establish exactly what the quoter proposed to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or information otherwise available to the purchasing activity. A firm fixed price contract will be made awarded to the responsive, responsible quoter whose quote conforms to this combined synopsis/solicitation and is the Best Value to the Government. The following evaluation factors in descending order of importance will be used to evaluate offers: (1) technical acceptability (2) price and (3) past performance. The Government reserves the right to award without discussions; therefore, it is critical that each quote be fully responsive. However, the FBI also reserves the right to conduct discussions, if later determined to be necessary. Please carefully review the commercial item FAR clauses for information about requirements and instructions for submitting a quotation. The following provisions and clauses apply to this procurement: Federal Acquisition Regulation (FAR) provision 52.211-6- Brand Name or Equal (AUG 1999); FAR provision 52.212-1, Instructions to Offeror- Commercial Items (JUN 2008); FAR provision 52.212-2, Evaluation-Commercial Items (JAN 1999) - Award shall be made to the responsible offeror whose offer is considered to be most advantageous to the Government, considering technical acceptability, price, and past performance. FAR provision 52.212-3, Offeror Representations and Certification-Commercial Items (FEB 2009) - Please note: All offerors and prospective contractors must be registered on the online Representative and Certification Application (ORCA) website at http://orca.bpn.gov or must provide a completed copy of 52.212-3 along with their quote. ORCA registration is available through Business Partner Network (BPN) at www.bpn.gov. FAR Clause 52-212-4, Contract Terms and Conditions- Commercial Items (MAR 2009); FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2009) - in paragraph (b) the following clauses apply; 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.225-3, 52.225-13 52.232-34. In addition to the above, FAR clause 52.247-34 F.O.B. Destination (NOV 1991) is incorporated by reference. Clauses incorporated by reference may be accessed in full text at www.arnet.gov. The lessor/contractor will agree to insert terms that conform substantially to the language of this clause in all contracts/subcontracts. All quotes from responsible sources will be considered. Quotes are due by May 1, 2009 at 10:00 AM EST. Quotes will be accepted via electronic mail only. Quotes shall be sent to Dina.Olibah@ic.fbi.gov. Please reference combined synopsis/solicitation number RFQ 09-LDQ002101/2352. For information regarding the combined synopsis/solicitation, please contact Dina Olibah at Dina.Olibah@ic.fbi.gov. Questions will be accepted by email only.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=37061739f5647d59513047a0c12a3849&tab=core&_cview=1)
 
Place of Performance
Address: FBI Laboratory, 2501 Investigation Parkway, Quantico, Virginia, 22135, United States
Zip Code: 22135
 
Record
SN01798153-W 20090423/090421220811-37061739f5647d59513047a0c12a3849 (fbodaily.com)
 
Source
FedBizOpps 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.