Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 30,2000 PSA#2568

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 -- BINOCULARS 7 X 50 (NO RETICLE) SOL RFP 858667 DUE 041800 POC Luwanna K. Greene, Contracting Officer, (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; proposals are being requested and a written solicitation package WILL NOT BE ISSUED. This is Request for Proposal Number 858667. This combined synopsis/solicitation incorporates provisions and clauses that are in effect through the Federal Acquisition Regulation Circular 97-15. 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 proposals 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 $68,000.00. The maximum dollar amount over the life ofthe contract is $1,200,000. The government is not obligated to order more than the guaranteed minimum. Offerors shall propose a binocular model 7 x 50 (no reticle) and individual eyepiece focusing with a minimum diopter range +/- 5 dpt., encased in protective non-slip rubber armoring made of a non-reflective olive-drab or black color, waterproof and shockproof. The binocular must be reliable and durable with high visual image quality and making use of anti-reflection coatings; the binocular must be free of glare from non-optical surfaces and multiple images; and exhibit a minimum resolution of 17.89 arc seconds per cycle when the human eye is taken to be 120 arc seconds per cycle and a minimum luminous transmission of 80%; Collimation: maximum Convergence: 8 minutes of arc; maximum Dipvergence: +/- 2 minutes of arc (according to height); maximum Divergence 2 minutes of arc. The following statement, marked in quotations, applies to the minimum performance standards of the binoculars when considering the following binocular parameters: interocular hinge torque, binocular resistance to shock, binocular temperature storage conditions, binocular sealing from water and moisture effects, and eyepiece operating ability under temperature extremes. "The binocular is intended to be used in a wide variety of environment extremes anywhere in the world for visual surveillance. The binocular will be utilized in an operational mode in situations and environments ranging from a low physical stress surveillance scenario conducted in a typical urban/suburban/rural environment to a paramilitary, high physical stress operations conducted in rugged terrain and extreme climatic conditions (temperature, humidity, air pressure). The binoculars must be capable of operating reliably in environments such as hot, dry deserts; frigid arctic regions or hot, humid tropical areas and after immersion in fresh water." The following provisions and clauses are applicable to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items (9/99); 52.212-2 Evaluation-Commercial Items (1/99); 52.212-4 Contract Terms and Conditions-Commercial Items (3/99); and 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (2/00). 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 price for all options to the total price for the basic requirement); past performance (product quality; customer satisfaction and adherence to delivery schedules; listed in descending order of importance); delivery and warranty. Technical and past performance, when combined, are significantly more important than price, delivery and warranty combined. Technical is the most important evaluation factor. 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 (7/95); 52.219-4 Notice of Price Evaluation Preference for HubZone Small Business Concerns (1/99); 52.219-8 Utilization of Small Business Concerns (10/99); 52.219-14 Limitation on Subcontracting (12/96); 52.222-21 Prohibition of Segregated Facilities (2/99); 52.222-26 Equal Opportunity (2/99); 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (4/98); 52.222-36 Affirmative Action for Workers with Disabilities (6/98); 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (1/99); 52.225-1 Buy American Act -- Balance of Payment Program-Supplies (2/00); and 52.232-33 Payment by Electronic Funds-Central Contractor Registration (5/99). 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/jarinet. htm: 2852.201-70 Contracting Officer's Technical Representative, JAN 1985 (see below) and 2852.233-70 Protests Filed Directly With the Department of Justice, JAN 1998. The following clauses are also incorporated by reference into this solicitation: 52.217-9 Option to Extend the Term of the Contract (11/99) The government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the government gives the contractor a preliminary notice of its intent to extend at least 30 days before the contract expires. The total duration of this contract including the exercise of any options under this clause shall not exceed 60 months; 52.216-18 Ordering (10/95) Orders may be issued from date of award through contract expiration; 52.216-19 Ordering Limitations (10/95) 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 (10/95); and 52.219-1 Small Business Program Representations (5/99). 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 Year2000 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, andthe 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 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 in order to function as specified in the this contract. Offerors shall provide pricing for the award year and the four one-year option periods, to include any applicable quantity discounts. Offerors shall submit specification data sheets, with their proposal, of proposed models sufficient to enable the government to determine their technical acceptability with the performance standards stated above, as well as product samples (one product sample per model) which can be tested. Proposals shall be submitted on the Standard Form 1449 with an original and one copy. The standard commercial warranty shall be provided with the proposal and shall be incorporated into the contract terms and conditions. Offerors shall provide a completed copy of the provision 52.212-3 Offeror Representations and Certifications-Commercial Items (2/00) with its offer. Offerors shall provide the names, current addresses and telephone numbers of customers, either government or commercial, of the last three contracts that have received the same product. The point of contact for this solicitation is Luwanna Greene (202) 324-3319. Delivery shall be 90 days ARO, FOB destination, to the FBI Engineering Research Facility, Building 27958A, Attn: Robert Willis, Contracting Officer's Technical Representative, Quantico, Virginia 22135. Proposals are due on 4/18/00 at 1:00pm EST. Proposals shall be addressed and clearly marked to the Federal Bureau of Investigation, 935 Pennsylvania Avenue, N.W., Attention: Luwanna Greene, Room 6888, Cheverly, Maryland 20781. Faxed offers and hand deliveries will not be accepted. This information should be forwarded to all commercial courier services. See Numbered Note 1. ***** Posted 03/28/00 (W-SN438692). (0088)

Loren Data Corp. http://www.ld.com (SYN# 0378 20000330\66-0002.SOL)


66 - Instruments and Laboratory Equipment Index Page