Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 17,2000 PSA#2539

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 -- DISTANCE LEARNING CLASSROOM EQUIPMENT AND INSTALLATION SOL RFQ #613079 DUE 033100 POC Linda S. Patterson, Contract Specialist, (304) 625-5537 (i) This 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; a proposal is being requested and a written solicitation will not be issued. (ii) This combined synopsis/solicitation is issued as a Request for Quotation (RFQ#613079Q). The Federal Bureau of Investigation (FBI) intends to negotiate on a sole-source basis with Seneca Communications, Inc. (iii) The solicitation document and incorporated provisions and clauses are those in effect through the FEDERAL ACQUISITION CIRCULAR 97-15. (iv) This solicitation is not restricted to a set-aside. Standard Industrial Classification Code is 5065 and the small business size standard is 100 employees. A firm-fixed- price purchase order will be issued as a result of this combined synopsis/solicitation. The FBI reserves the right to exercise option years for maintenance for a period of4+ years after award. (v) The RFQ is for the following CONTRACT LINE ITEM NUMBERS (CLINs) CLIN 0001: Basic Distance Learning Classroom (Video Teleconferencing) Equipment; Programming of Computerized Equipment; Installation of Equipment; Training of Equipment End Users; Deliverables to include specifications and drawings, all equipment, cables, materials and labor necessary to install, adjust, test and train a fully established distance learning classroom and a one-year Warranty and Maintenance Agreement, CLIN 0002: Option for Maintenance and Support Services for the Basic Distance Learning Classroom Equipment from the date of expiration of the warranty through September 2001; CLIN 0003: Option for Maintenance and Support Services for the Basic Distance Learning Classroom Equipment from October 2001 through September 2002; CLIN 0004: Option for Maintenance and Support Services for the Basic Distance Learning Classroom Equipment from October 2002 through September 2003; CLIN 0005: Option for Maintenance and Support Services for the Basic Distance Learning Classroom Equipment from October 2003 through September 2004. (vi) The FBI, Criminal Justice Information Services Division (CJISD), intends to negotiate on a sole-source basis with Seneca Communications, Inc. for the purchase and maintenance of Basic Distance Learning Classroom (Video Teleconferencing) Equipment. This Distance Learning Package shall meet the following requirements: (a) ability to transmit data at the rate of 384 kilobytes per second and up to 768 kilobytes per second over land based lines (both secure and un-secure transmissions), (b) technical equipment provided shall include a variety of tools that allows for the display, transmission and reception of audio and video data including but not limited to, live instructors and students; video and audio tape, audio CD; satellite signals, DVD players; document camera; personal computers and "SMART" boards (or comparable pressure sensitive devices), (c) capability to utilize the existing connection atWest Virginia University (WVU) and Fairmont State College (FSC), (d)level of warranty and maintenance shall include an initial one-year warranty on all equipment and services with a mandatory 2-hour maintenance response time and temporary replacement equipment available for any equipment requiring repair, (e) an extended maintenance option for an additional 4 years and (f) future expansion of classroom size and/or the type and/or number of peripheral components. All contractor personnel performing under this contract shall meet the FBI's security clearance process. (viii) Installation, training and maintenance shall be performed within 30 days of issuance of a purchase order at the Federal Bureau of Investigation, Criminal Justice Information Services Division (CJISD), 1000 Custer Hollow Road, Clarksburg, West Virginia 26306, and shall be F.O.B. Destination. (viii) FAR 52.212-1, Instruction to Offerors Commercial, is incorporated by reference and applies to this acquisition. ADDENDUM FAR 52.212-1 Para. (B) Submit three copies of signed and dated offer by close of business March 31, 2000 to The Federal Bureau of Investigation, Information Technology Contracts Unit, Attn: Linda S. Patterson, Module E-2, 1000 Custer Hollow Road, Clarksburg, WV 26306 or facsimile at 304-625-5391. ADDENDUM far 52.212-1 Para (B) (4)Offers shall include a detailed description of the terms and conditions for performance of the maintenance. (ix) FAR 52.212-2, Evaluation -- Commercial Items is incorporated by reference and applies to this acquisition. ADDENDUM FAR 52.212-2 Para. (A) The following factors, in descending order of importance, shall be used to evaluate offers: technical capability to meet the requirements, ability to meet the requirement of connectivity to WVU and FSC, price, and past performance. Technical capability and ability to connect with WVU and FSC, when combined are equal to price. (x) Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, is incorporated by reference and applies to this acquisition and resulting contract type: The resulting contract will be firm, fixed price (FFP). (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, is incorporated by reference; however, for Paragraph (B) only the following provisions apply to this acquisition: Equal Opportunity; 52.222-21, Prohibition of Segregated Facilities, 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act -- Supplies: and 52.232-34, Payment by Electronic Funds Transfer -- Other than Central Contractor Registration. (xiii) Additional requirements: N/A. (xiv) DPAS rating: N/A. (xv) CBD Numbered Notes: 22. (xvi) For past performance evaluation, offerors shall provide names, addresses, and telephone numbers of three customers, Government and commercial, that have utilized the offerors services for the same or similar equipment during the past two years. Offerors shall acquaint themselves with the new regulations concerning Commercial Items acquisition contained at FAR Subpart 12 and shall ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation. (xvii) Name and telephone number of individual to contact for information regarding the solicitation: Linda S. Patterson, (304) 625-5537. A technically acceptable proposal must clearly show that the offeror can meet the minimum requirements of the Government. Posted 02/15/00 (W-SN425585). (0046)

Loren Data Corp. http://www.ld.com (SYN# 0243 20000217\59-0003.SOL)


59 - Electrical and Electronic Equipment Components Index Page