Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 17,1998 PSA#2244

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

D -- MAINTENANCE OF AMPEX DST 310 TAPE DRIVES SOL RFQ Number 613012 DUE 010499 POC Susan J. Smith, Contracting Officer, (304) 625-2441 (i) The Federal Bureau of Investigation (FBI) has a requirement to procure maintenance service on Ampex equipment listed below, using the "Simplified Acquisition Procedures" specified in Federal Acquisition Regulation (FAR) Part 13. This is a combined synopsis/solicitation for commercial item services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (ii) The Solicitation Number is 613012 and is issued as a Request for Quotation (RFQ). For the purpose of this RFQ, all references to "Offers" are understood to be "quotations." (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-09. (iv) This solicitation is not restricted to a set-aside. The Standard Industrial Classification Code is 7378 and the small business size standard is $18.0 million in annual receipts. A firm-fixed-price purchase order will be issued as a result of this combined synopsis/solicitation. (v) The RFQ is for the maintenance of two Ampex Corporation DST 310 Tape Drives for the period October 1, 1998 through September 30, 1999, and one optional year period of October 1, 1999 through September 30, 2000: (Contract Line Item Number) CLIN 0001: DST 310 Tape Drive One and CLIN 0002: DST 310 Tape Drive Two. (vi) The Federal Bureau of Investigation intends to negotiate on a sole-source basis with Ampex Corporation for the maintenance of the two proprietary DST 310 Tape Drives for the referenced period with option. Maintenance will be performed during the base period of service from 8 a.m. to 5 p.m., Monday through Friday, unless otherwise designated in an amendment to vendor's maintenance agreement. Vendor agrees to maintain equipment in normal operating condition and to provide unscheduled emergency maintenance, scheduled preventive maintenance (based on the specific needs of equipment as determined by vendor), and authorized field modifications. Maintenance service includes lubrication, adjustments, and replacement of maintenance parts, all as deemed necessary by vendor. Defective parts may be replaced with either new, repaired or remanufactured parts and will be furnished on an exchange basis. All replaced parts become the property of vendor. Offeror shall provide the terms and conditions of the maintenance offered as well as a list of a minimum of three other contracts for the same or similar services, a point of contact, and a telephone number for past performance evaluation. (vii) Maintenance shall be performed for the period October 1, 1998 through September 30, 1999, and option period, if exercised, at the FBI, Criminal Justice Information Services Division Complex, 1000 Custer Hollow Road, Clarksburg, West Virginia 26306, and shall be F.O.B. Destination. (viii) The provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items, applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. ADDENDUM FAR 52.212-2, Para. (a) The following factors, listed in descending order of importance, shall be used to evaluate offers: technical capability to perform the Government's maintenance, price, and past performance. Technical capability and past performance, when combined, are equal to price. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with the offer. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. ADDENDUM FAR 52.212-4: The following additional FAR clauses are incorporated by reference: FAR 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.217-5, Evaluation of Options; FAR 52.217-9, Option to Extend the Term of the Contract, and Addendum to Para. (a) The Government may extend the term of the contract by written notice to the Contractor within 30 days of the first day of the next option year . . . and (c) The total duration of this contract, including exercise of any options under this clause, shall not exceed two years; FAR 52.222-21, Certification of Nonsegregated Facilities; FAR 52.222-22, Previous Contracts and Compliance Reports; 52.222-25, Affirmative Action Compliance; and 52.222-48 Exemption from Application of Service Contract Act Provisions. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The additional FAR clauses cited in Clause 52.212-5 which are applicable to this acquisition are: (7) 52.222-26, Equal Opportunity (E.O. 11246); (8) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (9) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (10) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); and (16)(i) 52.225-21, Buy American Act -- North American Free Trade Agreement Implementation Act -- Balance of Payments Program (41 U.S.C. 10, Pub.L. 103-187 and (ii) Alternate I of 52.225-21. (xiii) Additional contract requirements -- Year 2000 Warranty. The Contractor represents that the following warranty applies to products provided under this contract/order/BPA. The Contractor warrants that the products provided under this contract/order/BPA shall be able to accurately process date/time data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations. The duration of this warranty and the remedies available to the Government for breach of this warranty shall be as defined in, and subject to, the terms and limitations of the manufacturer's standard commercial warranty or warranties contained in this contract or the applicable End User License Agreement, provided that notwithstanding any provision to the contrary in such commercial warranty and warranties, the remedies available to the Government under this warranty shall include an obligation by the Contractor to repair and replace any such product whose noncompliance is discovered and made known to the Contractor in writing at any time prior to June 1, 2000 or for a period of six months following acceptance, whichever is the later date. Nothing in this warranty shall be construed to limit any rights or remedies that the Government may otherwise have under this contract. This warranty shall not apply to products that do not require the processing of date/time data in order to function as specified in this contract/order/BPA. (xiv) DPAS rating: N/A. (xv) CBD numbered notes: N/A. (xiv) Offers shall be submitted by 4:30 p.m. local time, December 31, 1998, to the FBI, CJISD Complex, 1000 Custer Hollow Road, Clarksburg, West Virginia26306-0111, Attention: Susan J. Smith, Module D3. An original and two copies of each offer shall be submitted. (xvii) For information regarding the solicitation, please contact Mrs. Smith at the above address or telephone number (304)625-2441, facsimile number (304) 625-5391. Posted 12/15/98 (W-SN280508). (0349)

Loren Data Corp. http://www.ld.com (SYN# 0022 19981217\D-0002.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page