Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2003 FBO #0615
SOLICITATION NOTICE

59 -- Enhanced Minidisc Recorder Kits

Notice Date
8/4/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Direct Reports, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20223
 
ZIP Code
20223
 
Solicitation Number
03Q0045
 
Response Due
8/19/2003
 
Archive Date
9/3/2003
 
Point of Contact
Christina Smith, Contract Specialist, Phone (202) 406-6782, Fax (202) 406-6801,
 
E-Mail Address
christina.smith@usss.dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only request for quotations; quotes are being requested and a written solicitation will not be issued. Solicitation Number 03Q0045 is issued as a Request for Quotation (RFQ) through Federal Acquisition Circular 01-15. This action is a 100% small business set-aside. The NAICS code is 334220 and the small business size standard is 750 employees. The U.S. Secret Service (USSS) has a requirement for a quantity of 100 enhanced minidisc recorder kits. The MiniDisc recorder shall be the Daniel Technology model MZ-N1/D which has remote control capabilities to execute both the ?RECORD? and ?STOP? functions regardless of whether the keyboard ?HOLD? switch is engaged or not. The recorder must have a fully functional ?HOLD? switch to protect the keyboard from inadvertent operation. The remote control which is included shall be the Daniel Technology model BS-MZ90 or equal, which must be interchangeable with the existing brand name product. The microphones supplied shall be a miniature stereo pair which terminates in a single right angle 3.5mm connector. The microphones shall have a molded housing with an internal high compliance suspension to minimize the introduction of vibration or clothing noise. The use of heat shrinkable tubing in the construction of the housing is not acceptable as the necessary heating can cause long term latent damage to the microphone element. The microphone housing shall be no larger than 0.40"x0.22"x0.17" and shall have the sound port on the end opposite the cable to prevent being occluded by tape or the object to which it is mounted. The cable shall be ultra flexible, dark in color for concealment (black or brown), 2.0mm in diameter. Thinner cable is not desired as it is not as durable and thicker cable is also not desired because it is more difficult to conceal. The frequency response shall be 150Hz to 8kHz +/- 5dB. Wider frequency response is not desirable as it is outside the range of voice intelligibility and only adds interfering noise. The microphones shall draw no more than 25 micro-Amps per element. A personal acoustic telephone recording device, Olympus model TP-6 or equal, shall be supplied. The recorder shall be powered by a single internal rechargeable battery capable of 12 hours record time in standard play mode or an AC adapter which also is the charger for the battery, both to be included. Other accessories to be supplied: stereo earphones, amplified stereo loudspeakers (sufficient for a group of at least ten people), line output cable, operating instructions, rigid storage case with internal foam to protect the equipment. Any modification to the recorder by the vendor in order to meet the specifications above shall be completely reversible so as to allow repair (in or out of warranty) by the original manufacturer. In the event that factory service is needed, the vendor shall perform the modification reversal at no charge over the useable life of the equipment which shall be no less than three years from date of purchase. The Contractor shall deliver items, FOB Destination, with all freight included in the delivered price, to U.S. Secret Service, Technical Security Division, 843 Brightsear Road (Rear), Landover, Maryland 20785, Attn: Kirk Jennings. Delivery time- 30 days after receipt of order. The following FAR Provisions and Clauses are applicable unless otherwise noted: 52.212-1, Instructions to Offerors?Commercial Items; 52.212-2, Evaluation ? Commercial Items; 52.212-2 Paragraph (a) insert: ?The Government intends to award firm, fixed price purchase order to the responsible offeror, whose proposal, conforming to the solicitation as provided herein, will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price, Technical Capability, and Past Performance. For evaluation of technical capability, the offeror shall submit a product sample. The sample evaluation will be based on the complete functional interchange of the recorder and accessories with the existing brand name product described above. For evaluation of past performance, the offeror shall provide at least three references for contracts/purchase orders of similar products within the last two (2) years. Each reference must include customer?s name and address, contact person, project name, date of performance, telephone number and contract value for each reference. Technical capability and past performance, when combined, are of equal importance as price.?; 52.212-3, Offerors Representations and Certifications- Commercial Items; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. The following clauses cited in 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222.19, Child Labor ? Cooperation with Authorities and Remedies; 52.225-1, Buy American Act?Balance of Payments Program--Supplies; 52.225-13, Restriction on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. These FAR Provisions and Clauses may be accessed via the world wide web at: http://www.arnet.gov/far/. Department of the Treasury Acquisition Regulation (DTAR) Clause 1052.204-72, Required Central Contractor Registration, is incorporated by reference, and may be accessed at: http://intranet.treas.gov/procurement/. Telephone requests for copies of FAR Provisions and/or Clauses will not be accepted. Quotation packages must contain the following information: 1) Product Sample; 2) Pricing; 3) Past Performance information; 4) Completed and signed copy of the FAR 52.212-3, Offerors Representations and Certifications and shall be delivered by UPS, FedEx, or Courier to: U.S. Secret Service, Procurement Division, 950 H Street, NW, Room 6700, Washington, DC 20223, Attn: Christina Smith. All quotes must be received no later than 4:00 P.M. (EST), August 19, 2003. Award is anticipated within ten (10) days of receipt of quotations.
 
Place of Performance
Address: 843 Brightseat Road (Rear), Landover, Maryland
Zip Code: 20785
Country: USA
 
Record
SN00390931-W 20030806/030804213040 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.