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