|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 11,1998 PSA#2049U.S. Department of Justice, Federal Bureau of Investigation, J. Edgar
Hoover Building, Rm 6875, 935 Pennsylvania Ave., N.W., Washington, DC
20535-0001 99 -- DIGITAL AUDIO TAPE RECORDERS SOL RFQ#7175 DUE 032998 POC Robert
M. Heckman, Contract Specialist, (202) 324-2279!! This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR Subpart 12.6, as supplemented with additional
information included in this notice. The announcement constitutes the
only solicitation; bids are being requested and a written solicitation
will not be issued. The solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular (FAC) 90-46. This solicitation is being issued as a Request
For Quotation (RFQ) # 7175. This solicitation is under the Simplified
Acquisition Procedures (SAP) for Small Business-Small Purchase
Set-Aside. Standard Industrial Classification is 5084, and the Business
Size Standard is 100 employees. This will be a "Brand Name or Equal"
solicitation consisting of (45) Tascam DA-30 MK II Digital Audio Tape
Recorders. The equipment must meet or exceed the following salient
characteristics: tape speed-12.225 mm/sec (standard mode) & 4.075
mm/sec. (Long mode), channel number-2,sampling rate-48 kHz (standard
mode) & 44.1 kHz (standard mode) &32 kHz (long mode), frequency
response-20-20,000 Hz +/- 0.5 dB in standard & 20-14,500 H +/- 0.5 dB
in long, single-to-Noise ratio- better than 92 dB, Wow and Flutter
-less than +/- 0.0001%, Input Analog- balanced XLR type connector x 2
& unbalance RCA jack x 2, Input digital -XLR type connector x 2 & RCA
jack x 2, Output analog -balanced XLR type connector x 2 & unbalanced
RCA jack x 2, Out put digital -- XLR type connector x 2 & RCA jack x 2
& mini jack & D-sub 15 pin (female), remote- D-sub type connector for
contact clCIMUre for controlling the recorder from external devices,
sub-code -- index data-start ID & skip ID & end ID & program number,
time data-absolute time & program time, rack mounting- mounted in a
standard 19' EIA rack, dimensions- approximately 17 x 5 x 14. Samples
of all proposed equipment must be made available as of the closing date
of this solicitation upon request.Standard industry warranty is
requested. The above 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 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 its 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 it shall include a clear description of such proposed
modifications and clearly mark any descriptive material to show the
modifications. This requirement will be awarded on a "All or None"
basis. Destination-FOB -- Delivery shall be FBI, ERF Building #27958A,
Quantico, VA 22135 -- All Bids shall be submitted to the address
listed above no later 4:30pm EST, March 13, 1998, and be clearly marked
with RFQ#7175. The point of contact for all information is Robert M.
Heckman, Contract Specialist, at the address and phone number listed
above. In addition, all potential bidders are hereby notified that due
to the security requirements, Federal Express, D.H.L., UPS, ETC,
deliveries for the FBI Headquarters facility are now received at an
off-site location. Therefore, the response time of 15 days has been
extended to 20 days. The FBI has allowed five (5) extra days from the
release of this CBD synopsis/solicitation for receipt of a bid. Any bid
that is not received by the date/time and at the location specified in
this announcement will be considered late. Each offeror shall include
a completed copy of the FAR 52.212.3, Offeror Representation and
Certifications, Commercial Item (June 1996) with this proposal. FAR
52.212-2, Evaluation -- Commercial Items (OCT 1995) and FAR 52.212.4,
Contract Terms and Conditions, Commercial Item (August 1996) are
incorporated by reference and applies to this acquisition. Technical
acceptability will be determined solely by the information submitted by
the offeror in response to this notice. Fax proposals are encouraged
and must state name, address and solicitation number, (202)324-5722.
Phone calls will not be accepted. A technically acceptable proposal
must show that the offeror can meet the minimum requirement of the
Government. (0068) Loren Data Corp. http://www.ld.com (SYN# 0350 19980311\99-0003.SOL)
99 - Miscellaneous Index Page
|
|