|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17,1997 PSA#1932U.S. Department of Justice, Federal Bureau Of Investigation, J. Edgar
Hoover Building, Rm 6833, 935 Pennsylvania Ave., N.W., Washington, DC
20535-0001 36 -- MISCELLANEOUS ELECTRICAL MACHINERY EQUIPMENT AND SUPPLIES SOL
RFQ 70550 DUE 092997 POC Earlene H Lewis, Contract Speclialist (202)
324-2947 This is a combined synopsis/solicitation for commercial items
prepared in accordance with the format in the Federal Acquisition
Regulation (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. The solicitation document and
incorporated prevision and clauses are those in effect through Federal
Acquisition Circular (FAR) 90-46. This solicitations is being issued
under Simplified Acquisition Procedures (SAP), subpart 13, including
the Test Program and is unrestricted. The Standard Industrial
Classification is 3691, and the Business Size Standard is 500
employees. This will be a Firm-Fixed Price Contract. The request is a
"Brand Name or Equal" issued under Request for Quotation (RFQ) # 70550.
The requirement is for 119 each, C&D Battery Units plus freight and
installation. The requirement must meet or exceed the following salient
characteristics: Protection Time: 15 minutes, Critical Load rating:
600kW, Battery capacity rating: 638.3kW(797.97kW Initial Capacity),
Manufacturer: C&D Charter Power, Model XT2LCP-23, JAR Type:
polycarbonate, Cell Type: Flooded lead calcium, Warrant: Cycle Service,
Number of Cells/string: 238, Number of cells/jar: 2, Specific Gravity:
1.250, End volts per cell: 1.64, Operating Temperature: 25 C(77 F),
Rack Manufacturer: Acran, Rack type: 3 tier, Seismic rating: Zone 2,
Number of Racks: 3, Racks Dimensions: 2@171.5" wide, 23" deep 101.3"
High, 1@183.5" wide", 23" deep 101.3" High, Total Battery/rack weight
51,423 lb.. The above-listed characteristics are intended to be
descriptive, but not restricted. 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
proposed 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
responsibility for locating or securing any information which is not
identified in the quotation and reasonably available to the purchasing
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 weather 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
modifications. Destination-FOB. Delivery- FBI, 1000 Custer Hollow Road,
Clarksburg, WV 26306. Bids should be submitted to the address listed
above no later than 4:30 p.m., DST, 9/30/97, clearly marked with RFQ#
70550. The point of contact for all information is Earlene H. Lewis,
Contract Specialist, at the above address and phone number. The
following FAR clauses and provisions are incorporated by reference and
apply to this acquisition: FAR Provision 52.212-1-Instructions to
offers -- Commercial Items (OCT 1995), FAR Clause 52.212.4 Contract
Terms and Conditions-Commercial Item (May 1997), and FAR Clause
52.212-5 Contract Terms and Conditions Required to Implement statute or
Executive Order-Commercial Items (August 1996). Each offeror shall
include a complete copy of FAR provision 52.212.3, Offeror
Representation and Certifications-Commercial Item (January 1997). The
award will be made to the responsive, responsibile offeror submitting
the lowest price technically acceptable offer and meeting all the terms
and condition set forth in this solicitation. Fax proposals will be
accepted at 202-324-3767, proposals must state name, address and
solicitation number. Award will be made on closing date, pending waiver
from SBA for nonmanufacturer rule. (0255) Loren Data Corp. http://www.ld.com (SYN# 0303 19970917\36-0001.SOL)
36 - Special Industry Machinery Index Page
|
|