|
COMMERCE BUSINESS DAILY ISSUE OF JULY 20,1999 PSA#2391U.S. Department of Justice, Federal Bureau of Investigation, J. Edgar
Hoover Building, Rm 6875, 935 Pennsylvania Ave., N.W., Washington, DC
20535-0001 59 -- LIQUID CRYSTAL FLAT DISPLAY MONITORS SOL rfq753698 DUE 080699
POC Robert M. Heckman, Contract Specialist, (202)324-2279 This is a
combined synopsis/solicitation for commercial items prepared in
accordance with FAR subpart 12.6 as supplemented with additional
information in this notice. This announcement constitutes the only
solicitation; quotations are being requested and a written solicitation
package will not be issued. This is Request For Quotation (RFQ) number
753698. This combined synopsis/solicitation incorporates clauses and
provisions that are in effect through the Federal Acquisition
Regulation Circular 97-12. The Standard Industrial Classification Code
is 334419. The Small Business Standard is 500 employees. The Federal
Bureau of Investigation requests quotations for a single award
Firm-Fixed Price commercial item contract. The contract is for a
one-time purchase of 100 units. Offerors shall provide unit pricing
according to the amount specified above with any applicable quantity
discount. This will be a "Brand Name or Equal" solicitation consisting
of (100) Custom Video Design, Inc. CVM610A-S-B- Liquid Crystal; Flat
Display Screens. The equipment must meet or exceed the following
salient characteristics: TFT liquid crystal display, display type:14"
TFT LCD panel, display format: 1024 X 768 pixels-analog color, display
area: effective display area 11" X 8" x 14" diagonal, display colors:
262 colors, viewing angle: 160 degree(horizontal/vertical),
synchronization: auto sync NTSC, S-video, contrast ratio: 200:1,
controls: menu controls and power on/off on front panel, menu: on
screen display, connectors: RCA video input jack, 2.1 mm DC power input
jack, 4pin mini-DIN YC video input jack, power: 12 volt DC 24 watts
nominal or less, range from 11 to 14 VDC, panel size: 14"W x 13"H x
2"D, 14" diagonal viewing screen, panel weight: no more than 10 lbs.,
operating temperature: 40/100 degrees F, case color: black, scan
frequencies: horizontal -- 31.47Khz to 60Khz., vertical -- 43Hz to
85Hz, bandwidth: 80Mhz, pixel pitch: minimum .29Mmm, video: NTSC Video
-- composite 1Vpp, negative SYNC 75ohms, YC Video -- monochrome 1Vpp,
negative Sync 75ohms, Chrominance 0.3 Vpp 75ohms, control type:
digital, Approval: EMI -- FCC-B and CE, Emissions -- MPR-II, Energy
savings -- EPA Energy Star, VESA DPMS. Samples of all proposed "Equal"
equipment must be available as off-the-shelf upon request for
evaluation. Offerors proposing to supply manufacturers/models other
than "Brand Name" are required to submit, with their quotations,
specifications 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 above listed characteristics are intended
to be descriptive, but not restrictive. The following provisions and
clauses are applicable to this acquisition: 52.212-1 Instruction 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 Instruction to Offerors-Commercial Items is tailored to read
as: (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 tailored 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 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.1
(July 1995); 52.219-8 (Jan 1999); 52.219-9 (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 (June 1998); 52.222-37 (Jan 1999); and 52.225-3 (Jan
1994). 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/jarnet.htm: 2852.201-70 Contracting
Officer's Technical Representative (Jan 1995)(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: 52.219-1 Small
Business Program Representations (Oct 1998); 52.222-22 Previous
Contracts and Compliance Reports (Feb 1999); 52.222-25 Affirmative
Action Compliance (Apr 1984); 52.232-33 Mandatory Information for
Electronic Funds Transfer (Aug 1996); and 52.242-13 Bankruptcy (July
1995). The government may place orders using the government credit card
or by purchase order. By submitting a quotation 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 200 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 the right
under the Inspection of Services and Termination Clauses. The
contractor represents that the following warranty applies to products
provided under this contract. The contractor warrants that the products
provided under this contract 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 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 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 andmade 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. Delivery
shall be 90 days After Receipt of Order (ARO), FOB Destination, to the
FBI-STSV, 27 Perchwood Drive, Fredericksburg, VA. 22405, ATTN: Bill
Wilson. Invoices shall be sent to FBI-STSV, P.O. Box 3190, Stafford,
VA. 22555. Quotations are due on Friday, August 6, 1999, at 3:30 p.m.
EST. Quotations shall be submitted to the Federal Bureau of
Investigation, 935 Pennsylvania Ave., N.W., ATTN: Robert M. Heckman,
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 within the previous (2) two years to evaluate Past Performance
Information (PPI). The government reserves the right to determine who
and how many references will be contacted for PPI. The point of
contact for this solicitation is Robert M. Heckman, (202) 324-2279,.
The Standard Commercial Warranty shall be provided with the quotation
and shall be incorporated into the Contract Terms and Conditions. It is
the sole responsibility of the offeror to ensure that their quotation
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 submissionof quotations. Commercial items is a test
program until January 1, 2000. See Numbered Note 1. Posted 07/16/99
(W-SN355443). (0197) Loren Data Corp. http://www.ld.com (SYN# 0353 19990720\59-0006.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|