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