|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 13,1998 PSA#2072U.S. Department of Justice, Federal Bureau of Investigation, J. Edgar
Hoover Building, Rm 6875, 935 Pennsylvania Ave., N.W., Washington, DC
20535-0001 63 -- ALARM AND SIGNAL AND SECURITY DETECTION SYSTEMS SOL RFQ7193 DUE
042998 POC Sandra Y. Carr, Contract Specialist, (202) 324-1474 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 solicitations under the
Simplified Acquisition Procedures (SAP) for Small Business-Small
Purchase Set-Aside. The Standard Industrial Classification is 3714, and
Business Size Standard is 750 employees. This will be a Firm-Fixed
price contract for Five hundred and fifty (550) Speaker, Dynamax with
Bail Bracket, model #MS100-01, Brand Name (Federal Signal) or Equal
that meets the following salient characteristics: Easy installation and
mounting within the engine compartment; Input Voltage: 32VRMS; Power
watts: 100 watts; Size: Width 5.8", Height 5.8", Depth2.6" or smaller;
Weight less than 5.6lbs; Impedance: 11 ohms; Output range: 116-119 DB;
fit behind automotive grille; input voltage less than 33 volts; various
mounting brackets and to meet SAE and CCR standards for sound output.
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 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 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 modification and clearly mark any
descriptive material to show the proposed modifications -- Warranty
Period one year after acceptance -- Destination-FOB -- Delivery will be
provided to the vendor that receives the awarded contract. All Bids
shall be mailed to the address listed in the CBD, no later than 4:30pm.
EST, April 29, 1998, and be clearly marked with RFQ #7193. No hand
carried proposals will be accepted. The Point of Contact for all
information is Ms. Sandra Y. Carr, Contract Specialist, the address and
phone number listed above. Also, all potential bidders are
herebynotified that due to 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 normal 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. Bidders are hereby notified that if your proposal is
not received by the date/time and at the location specified in this
announcement, that it will be considered late. The following clauses
and provisions are incorporated by reference and apply to this
acquisition: FAR provision 52.212-1 Instructions to Offers --
Commercial Items (June 1997); FAR clause 52.121-4 Contract Terms and
Conditions -- Conditions -- Commercial Items (May 1997). Each offeror
shall include a completed copy of the FAR provision 52.212-3 Offeror
Representations and Certification Commercial Items (January 1997). All
responsible sources may submit a quotation which, if timely received
shall be considered by the agency. The 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 provision
52.212-2 Evaluation -- Commercial Items (October 1997). The following
factors shall be used to evaluate offers. The ability to meet the
technical capability and price in descending order of importance. Fax
proposals will be accepted and, in fact, are encourage at (202)
324-5722. Telephone calls will not be accepted. Proposals must state
name, address and RFQ number. A technically acceptable proposal must
clearly show that the offeror can meet the minimum requirement of the
Government. Award to be made within one week after closing. (0099) Loren Data Corp. http://www.ld.com (SYN# 0306 19980413\63-0003.SOL)
63 - Alarm, Signal and Security Detection Systems Index Page
|
|