|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 11,1999 PSA#2407FBI/TCAU, 14800 Conference Center Drive, Suite 300, Chantilly, VA
20151 D -- TELECOMMUNICATIONS TEST SETS SOL RFQ-897870 DUE 082499 POC Paul
D. Rankin at (703)814-4914 This is a combined synopsis/solicitation for
a brand name or equal commercial items in accordance with the Federal
Acquisition Regulation (FAR) Part 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation; quotations are being requested and a written
solicitation will not be issued. All responsible sources may submit a
quote, which shall be considered by the Federal Bureau of Investigation
(FBI). Quotes will be evaluated based on the factors as listed below
and an award will be made no later than 8/26/99. The solicitation
number RFQ-897870 is issued as a Request for Quotation. The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-12. The SIC code is
3825 and the small business size standard is 500 employees. The FBI
intends to purchase the following equipment on a brand name or equal
basis. The salient characteristics must conform to the technical
specification,functionality and size of the equipment listed below: (1)
SS300e, SunSet T3 Chassis, 3 each; (2) SW301, DS3 FEAC, 3 each; (3)
SW302, SunSet T3 Remote Control, 3 each; (4) SW303, Maintenance
Switch/Performance Monitor/NIU, 3 each; (5) SW310, DS1 Testing, 3 each;
(6) SW311, Fractional T1 Testing, 3 each; (7) SW312, ESF and SLC-96
Datalink Send and Receive, 3 each; (8) SW313, CSU/NIU Emulation, 3
each; (9) SW320, DSO Drop and Insert, 3 each; (10) SW321, VF
Measurement, 3 each; (11) SW322, MF/DTMF/Dial Pulse Dialing, Decoder,
Analyzer, 3 each; (12) SW324, E1 Test Capability, 3 each; (13) SS101,
SunSet T3 Carrying Case, 3 each; (14) SS430W, Sunrise T3 Cable Kit, 3
each; (15) SSxDSL, SunSet xDSL Base Unit, 2 each; (16) SSxDSL-M, SunSet
xDSL Modem-Only Chassis, 2 each; (17) SSxDSL-1, Pairgain T1 HDSL Modem,
2 each; (18) SSxDSL-3, Alcatel ADSL ATU-R Modem, 2 each; (19) SSxDSL-4,
Alcatel ADSL ATU-C Modem, 2 each; (20) SWxDSL-3A, Ping Test, 2 each;
(21) SS101, SunSet xDSL Carrying Case, 2 each; (22) SS104C, Cigarette
Lighter Battery Adapter, 2 each; (23) SS161, RJ-45 to 3 Probe Clip
Cable, 4 each; (24) SS162, RJ-45 to RJ-14 Cross Cable, 4 each; (25)
SS163, RJ-45 to RJ-45 Cross Cable, 4 each; (26) SS164, RJ-11 to 2 Probe
Clip Cable, 4 each; and (27) SS165, External POTS Splitter, 4 each. Any
quotes for items other than the brand name shall be submitted with
complete technical specifications and must conform to the physical
characteristics of the brand name product. The place of delivery shall
be FBI, Engineering Research Facility, Quantico, Virginia 22135. The
Government will award a contract resulting from this
synopsis/solicitation to the responsible offeror whose offer conforming
to this synopsis/solicitation will be most advantageous to the
Government, price and other factors considered. Technical factors are
more important than price. The following FAR clauses apply to this
acquisition: 52.212-1 Instructions to Offerors -- Commercial Items
(June 1999); 52.212-2 Evaluation -- Commercial Items (June 1999);
52.212-3 Offeror Representations and Certifications -- Commercial Items
(June 1999); 52.212-4 Contract Terms and Conditions -- Commercial Items
(Apr 1998); and 52.212-5 Contract Terms and Conditions Required to
Implement Statutes or Executive Orders -- Commercial Items (Apr 1998).
In addition to the FAR clauses and provisions the following clauses
shall apply, Justice Acquisition Regulation (JAR) clause 2852.211-70
Brand Name or Equal (Jan 1985) and clause Year 2000 Warranty -- "The
Contractor represents that the following warranty applies to products
provided under this RFQ-897870. The Contractor warrants that the
products provided under this quotation 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. 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 solicitation 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 non-compliance 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 solicitation. 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
solicitation". In addition to the FAR clause and provisions listed
above all offerors must provide a contractor identification code which
is currently the Dun and Bradstreet Data Universal Numbering System
(DUNS) number as indicated in FAR provision 52.212-1. Proposal
submission must be accompanied by a completed FAR provision 52.212-3.
All FAR clauses and provision may be reviewed and/or obtained from the
Acquisition Reform Web Page at www.arnet.gov and the JAR clause from
the U. S. Department of Justice Acquisition Home Page at Web Page
www.usdoj.gov/jmd/pss/acquistn.htm. Signed and dated quotes must be
submitted to the FBI, Suite 300, 14800 Conference Center Drive,
Chantilly, Virginia 20151, no later than 4:00 PM Eastern Standard Time
(EST) on 8/24/99. Bids may be FAX'ed to either (703)814-4730 or
(703)814-4787 and shall be received on or prior to the closing time and
date. The contact for information regarding this solicitation may be
obtained by contacting Mr. Paul D. Rankin at (703) 814-4914 between the
hours of 7:30 AM and 4:00 PM EST. The solicitation number RFQ-897870
must be listed on the outside of the submission. Posted 08/09/99
(W-SN365362). (0221) Loren Data Corp. http://www.ld.com (SYN# 0025 19990811\D-0005.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|