Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 13,1998 PSA#2072

U.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