Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 18,1999 PSA#2370

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

66 -- BUSHNELL YARDAGE PRO800 LASER RANGEFINDER SOL RFP 865816 DUE 072199 POC Luwanna K. Greene, Contracting Officer (202) 324-3319 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation package will not be issued. This is Request for Proposal Number 865816. This combined synopsis/solicitation incorporates provisions and clauses that are in effect through the Federal Acquisition Regulation Circular 97-11. This solicitation is 100% Small Business Set Aside. The Standard Industrial Classification code is 334519. The Small Business Size Standard is 500 employees. The Federal Bureau of Investigation requests proposals for a single award, Indefinite-Delivery, Indefinite-Quantity, commercial-item contract. The contract is for an award year with four one-year options. The guaranteed minimum quantity, over the life of the contract, is 60 units. The estimated maximum dollar amount over the life of the contract is $500,000. Offerors shall provide unit pricing for the award year and the four one-year option periods, to include any applicable quantity discounts. The government is not obligated to order more than the guaranteed minimum. The below specifications do not constitute the establishment of a standard of quality, they are not to be considered the only product which will meet the specifications, and shall not be limited to these characteristics. Offerors can propose a brand name or equal to the Bushnell YardagePro 800, Model #20-080. Measurement accuracy no greater than +/- 1 yard. Minimum ranges 1) Highly Reflective targets -- Minimum 999 yards; 2) Non-reflective targets -- Minimum 800 yards. Magnification -- Minimum 6x monocular sighting. Power source -- 9 volt battery. Maximum Dimensions: Length 6.2 inches (157 mm); Width 4.5 inches (114 mm); Height. 2.7 inches ( 69 mm). Weight. 15.7 oz. (450 grams). Active laser Type -- Eyesafe Class 1 laser. Targeting modes: 1) Rain: Permits distance measurement in inclement weather; 2) ZipThru: Enables distance measurement to a target through foreground clutter like brush and branches; 3) Scan: Provides continuous distance measurements as multiple targets in field of view are scanned; 4) Reflector: Distancing to highly reflective targets is enhanced. Other Features: a) Through-the-Lens liquid crystal display; b) Inaudible operation; c) Automatic shut-off; d) Low battery indicator; e) Target quality indicator; f) Backlit LCD (for low light conditions). Offerors proposing to supply manufacturers/models other than those specified in the notice will be required to submit, with their proposals, specification data sheets of proposed models sufficient to enable the government to determine their technical acceptability with the specifications stated above, as well as product samples which can be tested for compatibility. The following provisions and clauses are applicable to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The full text clauses can be obtained at Web Site (FAR) http://www.arnet.gov/far/. Provision 52.212-1 Instructions to Offerors-Commercial Items is amended to read as: Change (c) Period for Acceptance of Offers. The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. Delete (i) Availability of requirements documents cited in the solicitation. Clause 52.212-2 Evaluation -- Commercial Items is amended to read as follows: ...The following factors shall be used to evaluate offers: Technical (capability of the item offered to meet the agencies need); price (by adding the total price for all options to the total price for the basic requirement. Evaluation of options does not obligate the government to exercise the option(s)) and past performance. Technical and past performance, when combined, are approximately equal to price.... The following clauses/provisions are applicable in Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items: 52.203-6 Alt I. (JUL 1995); 52.219-4 (JAN 1999); 52.219-8 (JAN 1999); 52.219-14 (DEC 1996); 52.222-21 (FEB 1999); 52.222-26 (FEB 1999); 52.222-35 (APR 1998); 52.222-36 (JUN 1998); 52.222-37 (JAN 1999); 52.225-3 (JAN 1994); 52.232-33 (MAY 1999); and 52.232-36 (MAY 1999). The following Department of Justice clauses are applicable to this solicitation and can be obtained in full text at http://www:usdoj.gov/jmd/pss/jarinet.htm: 2852.201-70 Contracting Officer's Technical Representative, JAN 1985 (see below); 2852.233-70 Protests Filed Directly With the Department of Justice, JAN 1998; and 2852.211-70 Brand Name or Equal, JAN 1985. The following clauses are also incorporated by reference into this solicitation: 52.217-6 Option for Increased Quantity (MAR 1989); 52.217-9 Option to Extend the Term of the Contract (MAR 1989); 52.215-19 Notification of Ownership Changes (OCT 1997); 52.242-13 Bankruptcy (JUL 1995); 52.216-18 Ordering (OCT 1995) Orders may be issued from date of award through contract expiration; 52.216-19 Ordering Limitations (OCT 1995) When the government requires supplies or services covered by this contract in the quantity of one unit, the government is not obligated to purchase nor is the contractor obligated to furnish those supplies under the contract. The contractor is not obligated to honor (1) any order for a single item in excess of what the purchase order authorizes; (2) a series of orders from the same ordering office within (0) days that together call for quantities exceeding the limitation in subparagraph (1) of this section. The contract shall govern the contractor's and government's rights and obligations with respect to that order to the same extent as is the order were completed during the contract's effective period; provided that the contractor shall not be required to make any deliveries under this contract after five years from date of award; 52.216-22 Indefinite Quantity (OCT 1995); and 52.219-1 Small Business Program Representations (MAY 1999). The government may place orders using the government credit card or by purchase order. By submitting a proposal to this solicitation offerors are certifying that their equipment is/will be Year 2000 Compliant. This clause applies to all systems (hardware, software, and systems comprised of information technology products) used in performance of this contract. The contractor shall provide and maintain systems and equipment which are Year 2000 Compliant. Complete records of all Year 2000 Compliant inspections performed by the Contractor shall be maintained and made available to the government during contract performance. If any of the systems used do not conform with Year 2000 requirements, the Government will require the Contractor to perform any and all services necessary to ensure systems and equipment conform with Year 2000 requirements, at no increase in contract amount. The rights of the Government and remedies described in this clause are in addition to all other rights and remedies set forth in this solicitation. Specifically, the Government reserves its rights under the Inspection of Services and Termination Clauses. 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/BOA 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 or warranties, the remedies available to the Government under this warranty shall include an obligation by the Contractor to repair or 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 the this contract/order/BPA. Delivery shall be 90 days ARO, FOB destination, to the FBI, Engineering Research Facility, Building 27958-A, Attn: Robert K. Willis, Contracting Officer's Technical Representative, Quantico, Virginia 22135. Proposals are due on Wednesday, July 21, 1999, at 1:00 p.m. EST. Proposals shall be submitted to Federal Bureau of Investigation, 935 Pennsylvania Avenue, N.W., Attn: Luwanna Greene, Room 6888, Washington, D.C. 20535. Proposals shall be submitted on the Standard Form 1449 with an original and one copy. Faxed offers and hand deliveries will not be accepted. Offerors shall provide a completed copy of the provision at 52.212-3 with its offer. Offerors shall provide names, current addresses and telephone numbers of customers, either Government or commercial, that have received the same product . The point of contact for this solicitation is Luwanna Greene, (202) 324-3319. The Standard Commercial warranty shall be provided with the proposal and shall be incorporated into the Contract Terms and Conditions. It is the responsibility of the offeror to ensure that their proposal is received at or prior to the noted date/time in this announcement. Due to security requirements, postal, Federal Express, DHL, UPS, etc., deliveries are received at an off-site location and then forwarded to the below address. For this reason, offerors shall allow additional time for the submission of proposals. Commercial items is a test program until January 1, 2000. See Numbered Note 1. Posted 06/16/99 (W-SN343453). (0167)

Loren Data Corp. http://www.ld.com (SYN# 0369 19990618\66-0010.SOL)


66 - Instruments and Laboratory Equipment Index Page