Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2006 FBO #1735
SOLICITATION NOTICE

59 -- Acoustical Headphones

Notice Date
8/25/2006
 
Notice Type
Solicitation Notice
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Property Procurement and Management Section, 935 Pennsylvania Avenue, N.W., Washington, DC, 20535
 
ZIP Code
20535
 
Solicitation Number
RFQE003047
 
Response Due
9/13/2006
 
Archive Date
9/28/2006
 
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 solicitation; request for quotations are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-12. The National American Industry Classification Code is 334290 with a Business Size Standard of 750 employees. All responsible sources may submit a quote which shall be considered. The Federal Bureau of Investigation (FBI) has a requirement for a one-time buy, firm-fixed price purchase of the following ?Brand Name or Equal? item. Total quantity required is four hundred nineteen (419). The following are the minimum salient characteristics for the Bose QC2 Silver Headphones. 1. Shall have noise cancelling technology which electronically identifies and reduces noise. 2. Shall have noise cancelling technology developed to actively screen out ambient noise and enhance speech intelligibility. 3. Combined active and passive noise cancellation resulting in a total noise reduction of 20db or greater. 4. Shall be a minimum of 14db of total noise reduction with active noise reduction. 5. Active equalization to electronically tune the frequency response. 6. Low battery life indicator and detachable audio cable with built in Hi/Lo switch for listening in different acoustical environments. 7. Ear cushions shall be circumaural , supra-aural, or inter-aural which should be designed for comfort and extended wear. 8. Shall have headset jack to accommodate stereo connectors/adapters for ?? and 1/8?. 9. Shall be compatible with existing FBI equipment. The above listed characteristics are intended to be descriptive, but not restrictive. Unless visibly marked that the vendor is quoting an equal product, the offered items shall be considered the brand name product as referenced in this announcement. If offering an ?or equal? product, the brand name of the product furnished shall be clearly identified on the quote. The evaluation of quotes and the determination as to the equality of the product shall be the responsibility of the Government and shall be based on information provided by the vendor. The purchasing activity is not responsible for locating or securing any information not identified in the quotation and reasonably available to the purchasing activity. To insure that sufficient information is available the vendor must furnish as part of their quote all descriptive material necessary for the purchasing activity to determine whether the product meets the salient characteristic of this requirement. Vendors proposing to modify a product to make it conform to the requirements of this announcement shall include a clear description of proposed modification and clearly mark any descriptive material to show proposed modification. Warranty period shall be for one year after date of acceptance. All compliant quotes received by the due date will be considered by the government. Destination-FOB Delivery, FBI Engineering Research Facility Quantico, VA 22135. Date of delivery shall be clearly marked on the quote. All quotes shall be submitted to the Newington Annex, 8540 Terminal Rd., Lorton, VA 22079, Attn: Edith M. Young, no later than 12:00 PM, EST, 13 September, 2006. No hand carried responses will be accepted. Fax quotes will be accepted, and in fact, are encouraged at (703) 339-2750. Quotes must clearly be marked with RFQ-E003047. Bidders are hereby notified that if your quote is not received by the date/time and location specified in this announcement, it will not be considered. This is an all or none purchase. As prescribed in FAR 12.301 (b) (2), an offeror shall complete only paragraph (j) of the 52.212-3 provision, if they have successfully completed the annual representations and certifications via the online website at http://orca.bpn.gov. Otherwise, offerors are to include a complete copy of the provision at 52.212-3, Offeror Representations and Certifications ? Commercial Items (JUNE 2006) with their offer. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. The provision at 52.212-1 (JAN 2006), Instructions to Offerors ? Commercial, applies to this acquisition. The provision at 52.212-2, (JAN 1999) Evaluation - Commercial Items, is applicable. The clause at 52.212-4,( SEPT 2005) Contract Terms and Conditions-Commercial Items applies to this acquisition. The clause at 52.212-5, (FEB 2006) Contract Terms and Conditions Required To Implement Statutes or Executive Orders- Commercial Items; Subsection (a)(b) and (c) applies to this acquisition. FAR 52.215-5 Facsimile Proposals (OCT 1997. Addendum to 52.212-1 Modify: (b) Submission from offer(s) is to read as follows: Submit signed and dated offer(s) to the attention of Ms Edith M. Young, Contracting Officer, at FBI, RFQ-E003047, Newington Annex, 8540 Terminal Rd., Lorton, VA 22079. At clause 52.212-4, add 52.233-2 Service of Protest (AUG 1996), Department of Justice (DOJ), Justice Acquisition Regulation (JAR) Clauses, 2852.233-70 Protest Filed Directly with the Department of Justice (JAN 1998). Additional Clause(s) that apply to this RFQ are 52.211-6 Brand Name or Equal (AUG 1999). The Government will award a contract to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers (i) technical, (ii) warranty, (iii) past performance, and (iv) price. The Government reserves the right to evaluate technical compliance and make a best value decision. This could result in award to other than the lowest price offer. The areas of technical capability, warranty and past performance are of significantly higher importance when compared to price. The technical evaluation will consist of reviewing and evaluating the ?or equal? literature for compliance with meeting or exceeding Brand Name specifications. If the Offeror fails to provide the descriptive literature as requested, it shall be grounds for disqualifying the offer. Warranty ? The offeror exceeding the standard commercial warranty, and offering the government the best value shall be rated higher. Past Performance will be based on telephonic performance evaluations received from previous contracts provided on the quote, a minimum of three(3) references shall be submitted. THE FBI RESERVES THE RIGHT TO AWARD WITHOUT DISCUSSIONS. The evaluation of the RFQ will be in accordance with Parts 12, 13, and 15 of the FAR. Website: full text of the FAR clauses can be found at http://www.acqnet.gov/far. Full text of JAR clauses can be found at: http://www.doj.gov. Contact Edith M. Young at (703) 339-2744 for information regarding this solicitation.
 
Place of Performance
Address: FBI, 935 Pennsylvania Avenue NW, JEH-FBI Building, Washington, DC
Zip Code: 20535-0001
Country: UNITED STATES
 
Record
SN01125710-W 20060827/060825220604 (fbodaily.com)
 
Source
FedBizOpps 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.