Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 14,1998 PSA#2073

U.S. Department of Justice, Federal Bureau of Investigation, J. Edgar Hoover Building, Rm 6875, 935 Pennsylvania Ave., N.W., Washington, DC 20535-0001

59 -- ELECTRONIC EQUIPMENT SOL RFQ-7190 POC Theresa M. Powell, Contracting Officer, (202) 324-3318 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 Request for Quote number is 7190 and is 100% set aside for small business concerns. The Standard Industrial Classification (SIC) code is 3629, the size standard is 500 employees, and incorporates FAR 52.219-6. The Request for Quote (RFQ) incorporates provisions and clauses that are in effect through Federal Acquisition Circular 97-3. The Federal Bureau of Investigation (FBI) intends to negotiate a firm-fixed priced contract, "name brand or equal" for 50 each Powerstar Inverter Model POW-400; and 50 each Powerstar Inverter Model POW-700, with Shelter Distribution, Elkhart, IN. If items called for by this RFQ have been identified in the synopsis/solicitation by a "brand name or equal" description, such identification is intended to be descriptive, not restrictive, and to indicate the quality and characteristics of products that will be satisfactory. Quotes offering "equal" products (including products of the brand name manufacturer other than the one described by the brand name) will be considered if such products is (are) clearly identified in the quote and is (are) determined by the FBI to meet fully the salient characteristic requirements of above products. Unless the vendor clearly indicates in their quotes that they are offering an "equal" product, the quotes shall be considered as offering a brand name product referenced in this synopsis/solicitation. If the offeror proposes to furnish an "equal" product, the brand name of the product to be furnished shall be provided in the quotes. All quotes will be considered and the FBI reserves the right to request samples. The provisions at FAR Clauses 52.212-1, Instructions to Offerors-Commercial Items, and, ADDENDUM-ADD : The contractor shall provide an FOB destination basis to the FBI, Engineering Research Facility, Quantico, Virginia. Delivery Specifications: Delivery shall be between the hours of 8:00 AM through 4:00 PM, Monday through Friday, excluding holidays. Delivery shall be made within 30 days from receipt of delivery order. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items; and 52.212-5, incorporating by reference Subparagraphs (1) through (11), and (13) through (16), Contract Terms and Conditions Required to Implement Statutes and Executive Orders-Commercial Items; and any addenda thereto, apply to this acquisition. Offeror Representations and Certifications -- Commercial Items apply to this acquisition. Each offer shall include a completed copy of 52.212-3 with the quote. FAR Clause 52.212-2, Evaluation -- Commercial Items is incorporated by reference and applies to this acquisition. ADDENDUM 52.212-2(a)-Award will be based on best value to the government. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. Technical and Past Performance (listed in descending order of precedence) is more important than price. Additional requirements: Warranty: The contractor shall extend to the FBI full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranties are available at no additional cost to the FBI. Acceptance of the standard commercial warranty does not waive the FBI's rights under the "Inspection" clause nor does it limit the FBI's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The standard commercial warranty period shall begin upon final acceptance of the applicable product listed in the synopsis/solicitation. YEAR 2000 WARRANTY -- The Contractor warrants that each hardware, software, and firmware product delivered under this solicitation(contract) shall be able to accurately process date data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, including leap year calculations, when used in accordance with the product documentation provided by the contractor, provided that all listed or unlisted products (e.g., hardware, software, firmware) used in combination with such listed product properly exchange date data with it. If the contract requires that specific listed products must perform as a system in accordance with the foregoing warranty, then that warranty shall apply to those listed products as a system. The duration of this warranty and the remedies available to the Government for breach of this warranty shall be defined in, and subject to, the terms and limitations of the contractor's standard commercial warranty or warranties contained in this contract, provided that notwithstanding any provision to the contrary in such commercial warranty or warranties, the remedies available to theGovernment under this warranty shall include repair or replacement of any listed product whose non-compliance is discovered and made known to the contractor in writing within 90 days after acceptance. Nothing in this warranty shall be construed to limit any rights or remedies the Government may otherwise have under this contract with respect to defects other than Year 2000 performance. An original and one copy of the technical quote and one copy of the cost quote are due by 2:00 PM, EST, 04/27/98, to the attention of Ms. Theresa M. Powell, Contract Specialist, Federal Bureau of Investigation, JEH Building, Room 6888, 935 Pennsylvania Ave., N.W., Washington, D.C. 20535-0001. HAND DELIVERIES TO ANY FBI LOCATION WILL NOT BE ACCEPTED. Due to security requirements, postal, Federal Express, DHL, UPS, etc., deliveries are now received at an off-site location and then forwarded to the FBI 935 Pennsylvania Avenue location, adding additional time to the overnight, next-day process. This means that packages sent by postal, Federal Express, DHL, UPS, etc., will most likely not reach the designated office overnight. Therefore, additional response time has been allowed for receipt of quotes. Offerors shall provide names, addresses and telephone numbers of customers (please limit to a maximum of 10 references), either Government or commercial, that have received the product during the past three years (this information is needed for the evaluation of past performance). Offerors must acquaint themselves with the new regulations concerning Commercial Item acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications (located on the Internet) are executed and returned as required in this synopsis/solicitation. WebSite: (FAR) http://www.ARNET.gov far NOTE: 1 and 12. (0099)

Loren Data Corp. http://www.ld.com (SYN# 0272 19980414\59-0001.SOL)


59 - Electrical and Electronic Equipment Components Index Page