|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 31,1998 PSA#2170U.S. Department of Justice, Federal Bureau of Investigation, J. Edgar
Hoover Building, Rm 6875, 935 Pennsylvania Ave., N.W., Washington, DC
20535-0001 58 -- TESTSETS SOL #863581 DUE 091498 POC John E. Meyers, Jr. (202)
324-5818 The FBI intends to make an award to a company offering 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; bids are being requested, a written
solicitation will not be issued. The solicitation document and
incorporated provisions and clauses are those in effect thru Federal
Acquisition Circular(FAC)97-05. This solicitation is being conducted
under the Simplified Acquisition Procedures(SAP) for Small
Business-Small Purchase Set Aside. The Standard Industrial
Classification is 3663-Business Size Standard is 750 employees. This is
a firm fixed price contract a brand name or equal product based on the
following requirement: (3) each -- testsets- T10(SS150B)-Manufacturer;
Sunset. Each test set must 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; bids are
being requested, a written solicitation will not be issued. The
solicitation document and incorporated provisions and clauses are those
in effect thru Federal Acquiistion Circular (FAC) 97-05 This
solicitation is being conducted under the Simplified Acquisition
Proceedures (SAP) for Small Business-Small Purchase Set Asides.The
Standard Industrial Classification is 3663-Business size Standard is
750 employees. This a firm fixed price award. The FBI intends to make
an award to a company offering a brand name or equal product based on
the following requirement: (3) each --
testsets-T10(ss150B)-Manufacturer; Sunset. Each testset must include:
chassis, cartridge,SS138, 6 cell NimH battery, SS116, SS136 and have
the following Sunware options: #SS151 datacom module,#SW180- Remote
control,#SW181 CSU/NIU Emulation, #SW182 ESF & SLC-96 Data Link Send &
Receive, #SW183 VF Noise measurement, #SWl84 Westell, Telltrend
intelligent Products, #SW185 MF/DTMF/DP Dialing, Decoding, Analysis,
#SW186 ISDN PRA(PRI)Call setup & Monitor, #SW187 Switched 56 Call Set
up & BERT, #SW188 DDS Testing, #SW189A SS#7 Protocal Analysis, #SW189B
SS#7 TCAP Analysis, SW190 Pulse Mask Analysis, #SW191 GSM 16L
Voice/TRAU Analysis, #SS101 Carrying Case, #SS104B cigarette Lighter DC
Adapter, #SS106 Single Bantom to Single Bantom Cable 6'(4 per testset),
#SS108 Single Banton to single 310 cable 6'(4 per testset), #SS109
Single Bantom to Alligator Clip 6'(4 per testset), #SS110 Dual Bantom
to 15 pin D male 6', #SS111 Dual Bantom to 15 pin D female 6' and
#SS112 Dual Bantom to 8 position Modular Plug Cable. All TESTSETS
EITHER NAME BRAND OR OTHER MUST ALLOW TOTAL INTER-OPERABILITY WITH
CURRENT SUNRISE TELECOM EQUIPMENT. If items called for by this synopsis
have been identified by a brand name or equal description, such
identification is intended to be descriptive not restrictive, and is to
indicate the quality and characteristics of products that will be
satisfactory to the government. Quotes offering an equal product will
be considered if such products clearly meet the Government's needs.
Unless the vendor clearly indicates in their quotes that they are
offering an equal product, along with the manufacturer name, the quotes
shall be considered as offering a brand name product referenced in this
synopsis. Delivery to Quantico, Virginia must be made as soon as
possible after award. The Year 2000 Warranty provision is incorporated
into this Solicitation by reference. Provisions at FAR
52.212-1,(Instructions to offerors apply; FAR Clause 52.212-4, Contract
Terms and Conditions; and 53.212-5, incorporating by reference,
Subparagraphs (1) through (11),A and (13) through (16), Contract Terms
and Conditions Required to Implement Statutes and Executive. Order and
any addenda thereto@, apply to this acquisition. FAR Clause 52.212-3,
Offerer Representations and Certifications apply to this acquisition,
each offerer shall include a completed copy of 52.212-3 with this quote
(see Website: http://ww,w.ARNET.gov far) as does 52.212-Evaluation is
incorporated reference and applies, award will be based on a best value
to the government. The following factors shall be used to evaluate
offers: Technical and price with technical being more important than
price. Bidders are hereby notified that due to security requirements
Federal Express, DHL, UPS, etc., deliveries are received at an offsite
location. Therefore, the normal response time of 15 days has been
extended to 20 days All bids received within (20) days after date of
publication of this synopsis will be considered by the Government.
Warranty terms must be attached with bid. All bids should be submitted
to the address listed above no later than 4:00pm EST, September
11,1998, clearly marked with RFQ #863581. The point of contact John
E.Meyers, Jr., Contract Specialist, at the address listed above. No
hand carried proposals will be accepted. Bidders are hereby notified
that if your bid is not physically located in the hands of the POC by
the date/time and at the location specified in this announcement, it
will be considered late/ non-responsive (see FAR 52.215-1(C)(3)(I)).
Fax proposals are encouraged at (202) 324-5722. Proposals must clearly
show that the offerer can meet the minimum requirement of the
Government. Award to be made within one month after closing. Posted
08/27/98 (W-SN242630). (0239) Loren Data Corp. http://www.ld.com (SYN# 0292 19980831\58-0005.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|