Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 20,1999 PSA#2391

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 -- 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