|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 22,1997 PSA#1915U.S. Department of Justice, Federal Bureau Of Investigation, J. Edgar
Hoover Building, Rm 6833, 935 Pennsylvania Ave., N.W., Washington, DC
20535-0001 58 -- RADIO FREQUENCY COUNTERS SOL RFQ 70366 DUE 090497 POC Sharon K.
Starkey, Contract Specialist, (202) 324-3718 This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as
supplemented with additional information included in this notice. The
announcement constitutes the only solicitation; proposals/bids are
being requested and a written solicitation will not be issued. This
solicitation is being issued as a Request for Quotation (RFQ) #70366,
the provisions and clauses incorporated are those in effect through
Federal Acquisitions Circular (FAC) 90-46. This solicitation is under
the Simplified Acquisition Procedures (SAP) for Small Business-Small
Purchase Set-Aside -- The Standard Industrial Classification (SIC) Code
is 3663 and the Business Size Standard is 750 employees. This will be
a Firm-Fixed Price "Brand Name or Equal" solicitation for seventy-six
(76) Optoelectronics radio frequency counters- model number 3000A;
seventy-six (76) Carrying Case-model number CC30, and seventy-six (76)
Antenna -model number DB32. FOB -- Destination to thirty (30)
locations within the continental of the United States and including San
Juan, Puerto Rico (addresses will be provided with purchase order).
Warranty -- one year after acceptance. The equipment must meet or
exceed the following salient characteristics: MUST be handheld;
battery-operated; have at least a 25 Hz -- 2.8Ghz frequency range; have
a digital filter; have an automatic capture feature; have an RF signal
strength meter; be capable of storing at least two filtered
frequencies; be capable of making frequency, period, ratio and time
interval measurements; have selectable frequency bands to optimize
sensitivity; have a TTL asynchronous serial interface; not exceed 5.5"
x 4" x 1.5" dimension. The above listed characteristics are intended
to be descriptive, but not restrictive. Unless clearly marked that the
vendor is quoting on an "equal" the offered item shall be considered
as the brand name product referenced in this announcement. If the
vendor proposes to furnish an "equal product", the brand name, if any,
of the product to be furnished shall be inserted on the proposal. The
evaluation of quotations and the determination as to equality of the
product shall be the responsibility of the Government and will be based
on information furnished by the vendor. The purchasing activity is not
responsible for locating or securing information which is not
identified in the quotation and reasonably available to the purchase
activity. To insure that sufficient information is available, the
vendor must furnish as a part of his quotation all descriptive material
(such as cuts, illustrations, drawings, or other information) necessary
for the purchasing activity to determine whether the product meets the
salient characteristics of the requirement. If the vendor proposes to
modify a product so as to make it conform to the requirements of this
announcement, he shall include a clear description of such proposed
modifications and clearly mark any descriptive material to show the
proposed modifications. The following FAR clauses are incorporated by
reference and apply to this acquisition : FAR 52.212-1 Instructions to
Offerors Commercial Items (Oct 1995), FAR 52.212-4 Contract Terms and
Conditions-Commercial Items (May 1997) and FAR 52.212-5 Contract Terms
and Conditions Required to Implement Statues or Executive Orders --
Commercial Items (Aug 1996). Each offeror shall include a completed
copy of the FAR provisions at 52.212-3 Offeror Representation and
Certifications (June 1996) with its offer. All responsible sources may
submit a quotation which, if timely received, shall be considered by
the agency. Government will award to the responsible offeror whose
offer conforming to this solicitation will be most advantageous to the
government, price and other factors considered. Offerors will be
evaluated in accordance with FAR 52.212-2 Evaluation-Commercial Items
(Oct 1995). The following factors shall be used to evaluate offers. The
ability to meet the Technical Specification, and Price in descending
order of importance. All bids shall be submitted to the address listed
on line number seven no later than 4:30 p.m. EST, 9/04/97. Proposals
can also be faxed to (202) 324-8031. Award to be made within one (1)
week after closing***** (0231) Loren Data Corp. http://www.ld.com (SYN# 0315 19970822\58-0001.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|