|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 23,1998 PSA#2037Defense Special Weapons Agency, 6801 Telegraph Road, Alexandria, VA
22310-3398 65 -- HEARING AIDS EQUIPMENT SOL DSWA01-98-Q-0024 DUE 030598 POC Neil
Gross, Negotiator, (703) 325-7658, Scott G. Morton, Contracting
Officer, (703) 325-1200 This is a combined synopsis/solicitation for
commercial items 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; proposals are being
requested and a written solicitation will not be issued. Solicitation
number is DSWA01-98-Q-0024 and is issued as a request for quote. The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-02. The Standard
Industrial Code (SIC) for this effort is 3842. The provisions at
52.212-1, Instruction to Offerors-Commercial, 52.215-34, Evaluation of
Offers for Multiple Awards, and any addenda, applies to this
acquisition. Provision 52.212-2, Evaluation-Commercial Items, is hereby
incorporated with the following factors to be included in paragraph
(a): Low responsive, responsible offeror. Offerors must include a
completed copy of the provisions at 52.213-3, Offeror Representations
and Certifications-Commercial Items, with the offer. The clause
52.212-4, Contract Terms and Conditions, and any addenda, apply to this
acquisition. The clause 52.215-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders-Commercial Items,
applies to this acquisition. This acquisition is rated DX under the
Defense Priorities and Allocations Systems. The following equipment
shall be purchased as a BRAND NAME OR EQUAL acquisition. The pricing
should address the contract line item numbers as follows: 0001 EAR
SIMULATOR: Specifications, Bruel & Kjaer 4157 Ear Simulator, ANSI 3.25:
1.26+/-0.03ccm at 500Hz Effective Volume, 13.5+/-1.5kHz Resonant
Frequency, IES 711-1981 and ANSI S3,25-1979 Conformity, 220V, 50Hz
(REQUIRED: INSTALLATION, TRAINING) (Quantity 1) 0002 TEST CHAMBER:
Specifications, Bruel & Kjaer 4222 Anechoic Test Chamber: 100Hz-10kHz
Frequency Range, Below 50dB to Above 90dB SPL Dynamic Range,
2,000Hz+/-0.4dB Sound Field Uniformity, <0.5% THD at 70dB SPL, IEC
118 and ANSI S3,22-1976 Compliant, 220V, 50Hz (REQUIRED: INSTALLATION,
TRAINING) (Quantity 1) 0003 FREE-FIELD MICROPHONE: Specifications,
Bruel & Kjaer 4190 Falcon 1/2inch Free-Field Microphone: 50mV/Pa
Sensitivity, 3.15Hz-20kHz Range, IEC 651 Type 0/1, 220V, 50Hz (Quantity
1) 0004 PRESSURE FIELD MICROPHONE: Specifications, Bruel & Kjaer 4192
Falcon 1/2inch Pressure-Field Microphone: 12.5mV/Pa Sensitivity,
3.15Hz-20kHz Range, ANSI S1.4 Type 1, ANSI S1.12 Type M, 220V, 50Hz
(Quantity 1) 0005 MICROPHONE PREAMPLIFIER: Specifications, Bruel &
Kjaer 2669L Falcon 1/2inch Microphone Preamplifier: 3Hz 200kHz
Frequency Response, 0.25dB Attenuation, 15Gohm Input Impedance, 25ohm
Output Impedance, 0.45pF Capacitance, 220V, 50Hz (Quantity 2) 0006
POWER SUPPLY: Specifications, Bruel & Kjaer 5935 Dual Microphone Power
Supply: 0V, 28V, and 200V Polarization Voltage, 200kohm Input
Impedance at 500pF, 0-50dB Fixed Gain in 10dB Steps, 0.5Hz-100kHz
Frequency Response, 220V, 50Hz (Quantity 1) 0007 SOUND LEVEL
CALIBRATOR: Specifications, Bruel & Kjaer 4231 Sound Level Calibrator:
94 or 114dB SPL, +/-0.2dB Calibration Accuracy, 1kHz Calibration
Frequency, <1% THD, IEC 942 (1988) Class 1 and ANSI S1.40-1984
Conformance, Pocket Size, Battery Operated (Quantity 1) 0008 POWER
SUPPLY: Specifications, Bruel & Kjaer ZG0283 Power Supply: For the
Model 5935 (Quantity 1) 0009 ADAPTER: Specifications, Bruel & Kjaer
ZG0350 LEMO to 7-pin Adapter (Quantity 2) 0010 COUPLER, Specifications,
Bruel & Kjaer DB0138 Coupler: For Hearing Aid Earphone (Quantity 1)
0011 ADAPTER: Specifications, Bruel & Kjaer DB0375 Adapter: For 2669
(Quantity 1) SIEMENS FACEPLATES (SPL90/Gain/Slope) 0012 INSITA IT PP,
NC, Right (125/60/03) (Quantity 2) 0013 INSITA IT PP, NC, Left
(125/60/03) (Quantity 2) 0014 COSMEA CT AGC-I/D, Right (113/40/06)
(Quantity 4) 0015 COSMEA CT AGC-I/D, Left (113/40/06) (Quantity 3) 0016
COSMEA CT/D, NH, Right (113/40/06) (Quantity 1) 0017 COSMEA CT/D, NH,
Left (113/40/06) (Quantity 1) 0018 COSMEA CT/D, PC, Right (108/35/06)
(Quantity 1) 0019 COSMEA CT/D, PC, Left (108/35/06) (Quantity 1) 0020
COSMEA CIC, GC, Right (105/35/06) (Quantity 2) 0021 COSMEA CIC, GC,
Left (105/35/06) (Quantity 1) 0022 COSMEA CIC/D, GC, Right (113/35/03)
(Quantity 2) 0023 COSMEA CIC/D, GC, Left (113/35/03) (Quantity 2) 0024
COSMEA CIC/D, GC, Right (113/35/06) (Quantity 2) 0025 COSMEA CIC/D, GC,
Left (113/35/06) (Quantity 1) 0026 COSMEA CT K-AMP TK+GC, Right
(113/40/06) (Quantity 2) 0027 COSMEA CT K-AMP TK+GC, Left (113/40/06)
(Quantity 2) 0028 COSMEA CT K-AMP TK+GC, Right (108/35/06) (Quantity 2)
0029 COSMEA CT K-AMP TK+GC, Left (108/35/06) (Quantity 2) 0030 COSMEA
CS K-AMP TK+GC, Right (108/35/03) (Quantity 1) 0031 COSMEA CS K-AMP
TK+GC, Left (108/35/03) (Quantity 2) 0032 COSMEA CS K-AMP TK+GC, Right
(108/35/06) (Quantity 1) 0033 COSMEA CS K-AMP TK+GC, Left (108/35/06)
(Quantity 2) 0034 VIVETTE CIC V, Right (108/35/03) (Quantity 5) 0035
VIVETTE CIC V, Left (108/35/03) (Quantity 5) 0036 VIVETTE CIC V, Right
(108/35/06) (Quantity 4) 0037 VIVETTE CIC V, Left (108/35/06)
(Quantity 3) 0038 SWING PIT S3+, Right (125/55/03) (Quantity 3) 0039
SWING PIT S3+, Left (125/55/03) (Quantity 3) 0040 VIVA 2 Pro CT, Right
(118/40/03) (Quantity 4) 0041 VIVA 2 Pro CT, Left (118/40/03)
(Quantity 3) 0042 MUSIC PCIC, Right (115/40/00) (Quantity 5) 0043 MUSIC
PCIC, Left (115/40/00) (Quantity 4) 0044 MUSIC PCIC, Right (110/35/00)
(Quantity 1) 0045 MUSIC PCIC, Left (110/35/00) (Quantity 1). NLT 10
Days After Contract award (DAC) provide two (2) each hardcopy and two
(2) each electronic copies on 3.5 inch floppy diskettes in either
Microsoft Excel Version 5.0 format or ASCII of a complete Master
Inventory List (see format below), inclusive of all training,
documentation, component parts, spares, and consumables for all
deliverables, for each and every shipment the supplier shall initiate
under the provisions of this contract to the CTR Transportation and
Logistics Support Project Manager, DSWA/PMRL, Alexandria, VA. The
Master Inventory List shall consist of valued Item Number, Noun Name
Description, Export Commodity Control Number (ECCN), Quantity of each
item packed, Value of each item packed, Extended Value of the Line Item
and the total value of each separate shipment. Thirty days prior to
availability for shipping, the documentation shall include three sets
of pictures for major pieces of equipment and all accountable property
(such as computers, electronic, and other pilferable items). Pictures
shall be labeled with reference to the inventory list. This list shall
also be provided for review by the cognizant DCMAO. Delivery of each
separate shipment by the supplier shall not be accepted by the
Government until the government representative verifies that all items
checked on the Master Inventory List are included in the shipment as
delivered. In the event the Contractor experiences problems, the
Contractor shall identify the problem and recommend solutions to the
DSWA Program Manager and Contracting Officer for final review and
resolution. Each item of equipment, container, and pallet shall have
packing lists attached to both the inside and outside of the container,
or on a placard attached to each piece of non-containerized equipment,
and shall be marked on the exterior with the following information:
Each item of equipment, container, and pallet shall have packing lists
attached to both the inside and outside of the container, or on a
placard attached to each piece of non-containerized equipment, and
shall be marked on the exterior with the following information: Packing
List Number (e.g., box 1 of 10, 2 of 10, etc.), Contract or Purchase
Order Number, Contractor's Name and Address, Name and Address of the
Shipping Point, Gross Weight and Cube, Special Marking and Labeling
(e.g., lift here, this end up, fragile, CG, etc.), FOR NUNN-LUGAR
DEFENSE CONVERSION. OTHER INFORMATION: 1. One (1) copy of
specifications shall be provided of each contract line item at time of
bid submission. 2. One (1) copy of instruction, operation, and/or
maintenance manuals in Russian or English shall be sent with each piece
of equipment. In addition, two (2) copies of manuals shall be delivered
to DSWA within 14 days of contract award. At least one (1) of the sets
delivered to DSWA must be in English. 3. Unless otherwise noted,
electrical devices shall be configured to operate on standard
European/Russian power of 220V and 50Hz. 4. A minimum one (1) year
equipment warranty shall be provided. 5. This award shall be made based
on the price of the aforementioned Contract Line Items. However, where
required, the bidders shall propose and cost: one (1) year of on-site
service, installation and set up of equipment, and on-site training
for Russian personnel at a location in Fryazino, Russia. 6. After
delivery, all equipment shall be inspected by the CTR program manager
for continental U.S. cargo, the cognizant DCMAO for European cargo, and
a representative of DSWA for Russian cargo. Product acceptance will be
evidenced on material inspection and receiving reports (DD Form 250).
The contractor shall prepare the DD Form 250s for final signature as
per DFARS, Appendix F. 7. All cargo shall be transported via the
Defense Transportation System (DTS). Use of conveyance other than the
DTS will not allow for proper documentation of the cargo and
jeopardizes the CTR program compliance with the Implementing Agreements
and DSWA Special Export License through the Bureau of Export
Administration and U.S. State Department. In order to ensure timely
transportation, the Contractor should contact the DSWA (PMRL)
Transportation Manager at (703) 325-7119/facsimile (703) 325-7522
within 5 working days following contract award. A long lead time is
required to coordinate export licensing and transportation planning. 8.
Equipment shall be delivered to either of the three shipping points
based on the location to the awardee: UNITED STATES: Excel
Transportation Services, Executive Drive, Suite 119, Sterling, VA
20166, POC: Joe Schork, PH: (703) 351-7918; EUROPE: ECR Gordijn
Logistics, Drutenstraat 7, CC Rotterdam, Havenrr 2225, PH:
31-10-49-40-571, Fax: 31-10-49-52-698; RUSSIA: ISTOK Audio
International, Fryazino, Moscow Region, Russia, POC: Ivan Klimachev,
PH: 095-465-8668, Fax: 095-465-8858. 9. Offers are due 1600 EST 5 March
1998 ATTN: Mr. Neil O. Gross/AMB. 10. In case it may later be found
necessary for the Contracting Officer to issue an amendment, offerors
must provide written Address information to the Contract Negotiator,
Neil Gross at FAX (703) 325-9295. The address information must be
provided before the RFQ closing date, specifically, within four (4)
days of CBD publication date. Information on DSWA solicitations,
already released, can be obtained by calling the DSWA Hotline at (703)
325-1173. Acquisition Management has added "Procurement Opportunities"
to the DSWA Home Page available on the World Wide Web. Information will
include this synopsis and more. Please check us out at www.dswa.mil.
Reference Synopsis No. 98-51 (0050) Loren Data Corp. http://www.ld.com (SYN# 0322 19980223\65-0007.SOL)
65 - Medical, Dental and Veterinary Equipment and Supplies Index Page
|
|