Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 25,2000 PSA#2672

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 -- ADVANCED PORTABLE DETECTOR 2000 CW SOL RFQ-0022018 DUE 090800 POC Julie A. Hammond, Contracting Officer, 202/324-0569 E-MAIL: e-mail address to contact the contracting officer, ppmscgcu@fbi.gov. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; proposals/bids are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request For Quotation (RFQ) #0022018, the provisions and clauses incorporated are those in effect through Federal Acquisition Circular FAC #97-18. The solicitation is under the Simplified Acquisition Procedures (SAP) and is a Small Business-Small Purchase Set-Aside. The Standard Industrial Classification Code is 3826 and the business Size Standard is 500 employees. This will be a Firm-Fixed price "Brand Name or Equal" solicitation for seventeen (17) Advanced Portable Detector 2000 CW. The Advanced Portable Detector 2000 CW must meet or exceed the following salient characteristics: 1) simultaneously detects nerve and blister agents; 2) superior resistance to battlefield and collective protection interferents; 3) audible and visual alarms; 4) on-the-move vehicle detection; 5) automatic cleardown and reset; 6) RS-232/RS-422/RS-485 communications interface; 7) battery life of over 2 days at ambient temperature; 8) agent detected -- GA, GB, GD, VX, HD and Lewisite (L) pepper spray and mace; 9) sensitivity -- V-0.04mg/m3 <30 seconds, G-0.1mg/m3 <30 seconds, H-2.0mg/m3 <15 seconds, L-2.0mg/m3 <15 seconds, High concentration of these agents <10 seconds; 10) BIT for electronic, pneumatic and power conditions; 11) <5 minutes per 24 hours of operation; 12) operation -30C to 52C, Storage -62 C to +71C; 13) uses standard C or rechargeable batteries, AC or 8-36Vdc; 14) easy to read visual display and audio alarm; 15) integrated radiation detector. The above listed characteristics are intended to be descriptive, but not restrictive. Unless clearly marked that the vendor is quoting on an "equal" the offered item shall be considered as the brand name product referenced in this announcement. If the vendor proposes to furnish an "equal" product, the brand name, if any, of the product to be furnished shall be inserted on the proposal. The evaluation of quotations and the determination as to equality of the product shall be the responsibility of the Government and will be based on information furnished by the vendor. The purchasing activity is not responsible for locating or securing any information which is not identified in the quotation and reasonably available to the purchasing activity. To ensure that sufficient information is available the vendor must furnish as a part of his quotation all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for purchasing activity to determine whether the product meets the salient characteristics of the requirement. If the vendor proposes to modify a product so as to make it conform to the requirements of the announcement he shall includea clear description of such proposed modifications and clearly mark any descriptive material to show the proposed modifications -- Warranty Period one year after acceptance -- FOB-Destination-Operational Support Facility -- Suite 114 -- 15015 Farm Creek Dr. -- Woodbridge, VA 22191. All bids shall be submitted to FBI, ATT: Julie A. Hammond, RFQ-0022018, Room 10254, 935 Pennsylvania Ave., NW, Washington, DC 20535 or faxed to (202) 324-0570 no later than 4:00pm, EST, 09/08/00. the following clauses are incorporated by reference and apply to this acquisition: FAR 52.212-4 Contract Terms and Conditions -- Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Each offer shall include a completed copy of FAR 52.212-3 Offeror Representation and Certifications-Commercial Items with its offer. All responsible sources may submit a quotation, if received timely, will be considered by the agency. Government will award to the responsible offeror whose offer conforming to this solicitation and will be the most advantageous to the government, price and other factors considered. Offerors will be evaluated in accordance with FAR 52.212-2 Evaluation-Commercial Items. The following factors shall be used to evaluate offers: technical specification and price in descending order of importance. Award to be made within one (1) week after closing. Posted 08/23/00 (W-SN489152). (0236)

Loren Data Corp. http://www.ld.com (SYN# 0271 20000825\66-0007.SOL)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |


Created on August 23, 2000 by Loren Data Corp. -- info@ld.com