|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 8,1999 PSA#2278U.S. Department of Justice, Federal Bureau of Investigation, J. Edgar
Hoover Building, Rm 6875, 935 Pennsylvania Ave., N.W., Washington, DC
20535-0001 66 -- INSTRUMENTS AND LABORAORY EQUIPMENT SOL RFQ897830 DUE 022499 POC
Edith M. Young, Contract Specialist, 202-324-8809 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 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) 97-09. This solicitation is under the Simplified
Acquisition Procedures (SAP) for Small Business-Small Purchase
Set-Aside. The Standard Industrial Classification is 3599, and the
Business Size Standard is 500 employees. This will be a Firm-Fixed
price contract for the acquisition of the following items and
quantities. All items will be required in a quantity of one (1). 1. QC
7000 Milling Machine and Accessories; 2. OA-VAC-HEPA-3 Hepa vacuum; 3.
AS-Kit-STD Standard Starter Kit; 4. AS-Kit-RF/MW RF/Microwave Tool Kit;
5. OA-SE Sound Enclosure; 6. QA-SE Sound EnclosureStand; 7. OP-Plate-1
Ouickplate through Hole System; 8. QC-ML-Q240 Large Press with
Cooling; 9. QC-ML-Stand Press Stand; 10. QC-CPL-7000 Caul Plates for
Press; 11. QC-ML-Temprec Temperature Recorder; 12.OA-ISO-ML-GP Ground
Plane Software Module; 13. One year maintenance after warranty expires;
14. QC/ML-Training for a total of four(4) individuals. The proposed
systems shall produce printed circuit boards by milling away unwanted
copper from a variety of copper coated materials used in the
electronics industry. Due to material choices available the system
shall be suited for radio-frequency (RF) circuits. The system shall
provide smaller printed line widths, line spaces, smaller sized pads,
and holes greatly reducing the overall circuit board size. The proposed
system shall have the capability to make multi layer boards and use
reliable chemical through-plating process for connectivity between
layers. Listed below are the minimum requirements for the proposed
system. 1. Uses mill tools to remove unwanted cooper; 2. Can produce
boards 11" by 14"; 3. Uses 1/8" collet for holding milling and drill
tools; 4. Uses standard 1/8" shank drill and mill tools; 5. Minimum
trace size of .004"; 6. Minimum space of .004"; 7. Shall have minimum
sized hole drilled is .013"; 8. .3 mil resolution (.0003"). 9. .3 mil
repeatability (.0003"); 10. Shall have semi-automatic or automatic bit
change; 11. Shall use windows 95 software for file conversion; 12.
Shall accept Gerber 274X file format as input; 13. Shall accept
Excellon drill format as input; 14. Shall be able to use a variable
speed spindle; 15. Shall use chemical electroplating for producing
plated through holes; 16. Shall have a press and plates for doing multi
layer boards; 17. Shall have a sound enclosure for audible noise
reduction; 18. Shall have a vacuum system for removing waste material;
19. All equipment shall operate from 120VAC at 60Hz; 20. Training for
a minimum of four (4) member of our staff to be sufficiently trained
to operate all of the identified equipment, this will be done at the
vendor site. The above list is intended to be descriptive, but not
restrictive. The evaluation of quotes and the determination as to
equality of the product shall be the responsibility of the Government
and shall be based on information provided by the vendors. The
Government is not responsible for locating or securing any information
which is not identified in the quotation and reasonable to the
purchasing activity. To insure that sufficient information is available
the vendor must furnish as part of there quote all descriptive material
necessary for the purchasing activity to determine whether the products
meets 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 --
Destination-FOB-Delivery FBI Engineering Research Facility, Quantico,
VA. All bids shall be mailed to the address listed in the CBD
announcement no later than 1:00p.m. EST, February 24, 1999 and clearly
marked with the RFQ# 897830. No hand carried proposal will be
accepted. The point of contact for information is Edith M. Young
Contract Specialist, at the address and phone number listed above. All
potential bidders are hereby notified due to security requirements,
Federal Express, DHL, UPS, ect, deliveries for the FBI Headquarters
facility are now received at an off-site location, therefore the normal
response time of 15 days has been extended to 20 days. The FBI has
allowed five (5) extra days from the release of the CBD
synopsis/solicitation for receipt of bids, vendors are hereby notified
that if your proposal is not received by the date/time and at the
specified location in this announcement, your bid will be considered
late. The following clauses and provisions are incorporated by
reference and apply to this acquisition: FAR provision 52.212-1
Instruction to Offerors- Commercial Items (Aug 1998); FAR clause
52.212-4 Contract Terms and Conditions-Commercial Items( Apr 1998); FAR
clause 52.212-5 Contract Terms and Conditions Required to Implement
Statues or Executive Orders- Commercial Items (Oct 1998). Each offeror
shall include a completed copy of the FAR provision 52.212-3 Offeror
Representations and Certification Commercial Items (Oct 1998). All
responsible offeror may submit a quotation which, if timely received
shall be considered by the agency. The Government will award to the
responsible offeror whose offer conforms to this solicitation and will
be most advantageous to the Government, price and other factors
considered. Offerors will be evaluated in accordance with FAR provision
52.212-2 Evaluation-Commercial Items (Oct 1997). The following factors
shall; be used to evaluate offers, The ability to meet the technical
requirements and price in descending order of importance. Technically
acceptable proposal must show that the offeror can meet the
requirements of the Government. Fax proposal will be accepted
(202)324-5722. Proposals must state name, address and RFQ number. Award
will be made within ten (10) days after closing. ***** Posted 02/04/99
(W-SN295093). (0035) Loren Data Corp. http://www.ld.com (SYN# 0472 19990208\66-0007.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|