Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 30,1999 PSA#2399

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 -- STEINER MILITARY BINOCULARS (NO RETICLE) MODEL 7X50B SOL 865761 DUE 081699 POC Luwanna K. Greene (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; solicitations are being requested and a written solicitation package will not be issued. This Solicitation Number is 865761. This combined synopsis/solicitation incorporates provisions and clauses that are in effect through the Federal Acquisition Regulation Circular 97-12. This solicitation is 100% Small Business Set Aside. The North American Industry Classification System code is 333314. The Small Business Size Standard is 500 employees. The Federal Bureau of Investigation requests offers 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 $65,000. The estimated maximum dollar amount over the life ofthe contract is $1,200,000. 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 are not to be considered the only product which will meet the specifications, and shall not be limited to these characteristics. Offerors shall propose a binocular model brand name or equal to the Steiner Military Model 7 x 50B, product Item #537 (no reticle). The Optical Salient Characteristics are: Magnification 7X (min 6.8, max 7.2); Objective lens diameter: 50 mm (+/- 5%); Exit Pupil 7.1 mm (min. 6.94 mm); Eye relief -- 20.5 mm; Focusing Individual (at each eyepiece); Field of view 130 m at 1000 m (390 ft at 1000 yds); Diopter range +/- 5 dpt., +/- 0.25 dpt.; Resolution 17.2 arc seconds per cycle (LP) when the human eye is taken to be 120 arc seconds per cycle; Luminous Transmission -- Greater than 72% (350 to 750 nm), Greater than 80% (400 to 750 nm -- daylight); Collimation: Convergence 8 minutes of arc; Dipvergence: +/- 2 minutes of arc (according to height); Divergence 2 minutes of arc at an interocular distance between 58 and72 mm. No allowance is made for magnification; Image tilt within 1 degree of arc; Diopter Focusing Mount/Zero Setting -- The maximum permissible deviation should not exceed +/- 0.25 dpt.; Visual image quality -- free of glare from non-optical surfaces and multiple images; Anti-reflective coating -- All air/glass surfaces are to be anti-reflective coated, External surfaces shall be multi-coated, 90% of the coating is magnesium fluoride. The Physical Salient Characteristics are: Interpupillary distance: 56-75 mm (+/- 2mm); Weight 1180 gr. (37.9 ounces) (Complete with eye lens cover, objective cover and carrying strap); External dimensions: height: 135 mm ( 5.3"); width: 208 mm (8.2"); depth: 75 mm (3.0"); (interoculor distance 65 mm and 0 dpt.); External coatings -- encased in protective non-slip rubber armoring made of a non-reflective olive-drab color; Material Construction -- The body construction consists of fiber-reinforced polycarbonate. The Environment Characteristics are: Pressure resistance 0.5 bar; Hinge Torque -- The axis hinge should move smoothly and without friction when adjusting the interocular distance from 56 to 74 mm within a temperature range of -40 to +80 Celsius, .34 to 1.36 Nm at 15 to 33 (C), Up to 4.86 Nm at -- 40 (C), Up to 4.86 Nm at +70 (C); Eyepiece operability (diopter adjustment), +5 dpt to 5 dpt within a temperature range of -40 to +80 Celsius. Markings are made in 1-diopter increments. A tolerance of +/- 0.25 dpt is permissible; Resistance to physical and optical damage under condition of: Humidity, up to at least 95 percent and temperatures up to 71 C over a period of 2 hours; Shock, 11 +/- 1.1 g, half sine impulse with time duration of 6 to 9 milliseconds; Storage Temperature -40 to +80 (C); Sealing, waterproof to a depth of 16 feet (5 meters) for at least 5 minutes. Manufacturing Standards: Offerors must demonstrate (provide documentation) that the binocular would be manufactured to an acceptable quality control standard, such as, ISO-9002 or equivalent US military standards (i.e. MIL-I-45208). Offerors proposing to supply manufacturers/models other than those specified in the notice will be required to submit, with their offers, descriptive literature 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. All product samples will be provided to the government at no cost. The following provisions and clauses are applicable to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items (AUG 98); 52.212-2 valuation- Commercial Items (JAN 99); 52.212-3 Offeror Representations and Certifications-Commercial Items (MAY 99); 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 99); and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 99). 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 tailored 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 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 (by adding the total unit price for all options to the total unit price for the base year. Evaluation of options does not obligate the government to exercise the option(s). 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. Restrictions on Subcontractor Sales to the Government (JUL 1995); 52.219-4 Notice of Price Evaluation Preference for HubZone Small Business Concerns (JAN 1999); 52.219-8 Utilization of Small Business Concerns (JAN 1999); 52.219-14 Limitation on Subcontracting (DEC 1996); 52.222-21 Prohibition of Segregated Facilities (FEB 1999); 52.222-26 Equal Opportunity (FEB 1999); 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (APR 1998); 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (JAN 1999); 52.225-3 Buy American Act -- Supplies (JAN 1994); and 52.232-33 Mandatory Information for Electronic Funds Transfer Payment (MAY 1999). The following Department of Justice clauses are applicable to this solicitation and can be obtained in full textat ttp://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: 52.217-9 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 1,500 units; (2) a series of orders from the same ordering office within (5) 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 an offer 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: 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 the years1999 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 inorder to function as specified in the this contract. 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. Offers are due on August 16, 1999, at 1:00 p.m. EST. Offers shall be addressed AND CLEARLY MARKED to Federal Bureau of Investigation, 2400 Schuster Drive, Attn: Luwanna Greene, Room 6888, Cheverly, Maryland 20781, RFP 865761. Faxed offers and hand deliveries will not be accepted. Offers shall be submitted on the Standard Form 1449 with an original and one copy. 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 last three years. This information will be used, as an evaluation factor, to determine the offeror's capability, experience, and performance. The point of contact for this solicitation is Luwanna Greene, (202) 324-3319. The Standard Commercial warranty shall be provided with the offer and shall be incorporated into the Contract Terms and Conditions. Commercial items is a test program until January 1, 2000. See Numbered Note 1. ***** Posted 07/28/99 (W-SN359788). (0209)

Loren Data Corp. http://www.ld.com (SYN# 0367 19990730\66-0002.SOL)


66 - Instruments and Laboratory Equipment Index Page