Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17,1997 PSA#1932

U.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