|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 10,1999 PSA#2429US Department of Agriculture, Office of Inspector General, Contract and
Procurement Branch, Room 40-E, Jamie L Whitten Federal Building, 1400
Independence Avenue SW, Washington, DC 20250-2304 58 -- AUDIO SYNTHESIZED INTELLIGENCE RECEIVING/RECORDING SYSTEMS SOL
RFQ-OIG-99-2 DUE 092099 POC Jeanine L. Dixon, 202/720-5931, Contract
Specialist E-MAIL: Click here to contact the Contract Specialist via,
jldixon@oig.usda.gov. The Office of Inspector General has a requirement
to purchase Audio Synthesized Intelligence Receiving/Recording Systems.
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; QUOTATIONS ARE BEING REQUESTED, AND
A WRITTEN SOLICITATION WILL NOT BE ISSUED. All quotations must
reference the Request for Quotation (RFQ) Number, RFQ-OIG-99-2. This
solicitation document and incorporated provision and clauses are those
in effect through FAC 97-12. It is the Contractor's responsibility to
be familiar with all applicable clauses and provisions. This
requirement is being issued as a 100 percent small business set-aside
for small business concerns only. The Standard Industrial Code (SIC)
determined for this acquisition is 3663, and the small business
standard is no more than 750 employees. Audio Synthesized Intelligence
Receiving/Recording Systems -- Contract Line Item Number (CLIN) 1001,
14 each, Citation 8 Receiver/Recorder with Descrambler; CLIN 1002, 14
each, 1 Watt Transmitters with Scrambler model #CST-586/VS; CLIN 1003,
14 each, 1/2 Watt Pager Transmitters model #CST-942/V; CLIN 1004, 14
each, Portable Waterproof Repeaters, model #ECH02-W; CLIN 1005, 28
each, Spare Antennas, model #AMAG-586; CLIN 1006, 28 each, Spare
Microphones, model #CSM-36. All Offerors proposing equivalent equipment
shall provide evidence that the equipment will function as a total
system. All equipment containing date/time data processing must be Year
2000 compliant, and offerors shall provide written certification of
compliance. All CLINS shall be delivered and accepted FOB destination
to seven USDA/OIG offices nationwide which include New York, New York;
Beltsville, Maryland; Atlanta, Georgia; Chicago, Illinois; Kansas
City, Missouri; Temple, Texas; and San Francisco, California, not later
than 30 days after contract award. Offerors are advised that the
following FAR provisions and clauses apply to this procurement:
Instruction to Offerors -- Commercial Items (FAR 52.212-1, June 1999),
Evaluation Commercial (FAR 52.212-2, January 1999) -- The Government
will award a contract resulting from this solicitation to the
solicitation most advantageous to the Government, price and other
factors considered. The following factors shall be used to evaluate
offers: (1) Proposals will be evaluated for technical acceptability of
the equipment offered, (2) proven performance, and (3) price. To be
determined technically acceptable, offerors' items must meet the
Government's minimum needs as specified above. Technical acceptability
and proved performance are substantially more important than price. A
written notice of award or acceptance of an offer, mailed or otherwise
furnished to the successful offeror within the time for acceptance
specified in the offer, shall result in a binding contract without
further action by either party. Before the offer's specified expiration
time, the Government may accept an offer (or part of an offer) whether
or not there are negotiations after its receipt, unless a written
notice of withdrawal is received before award. The Government intends
to make a single contract award resulting from this solicitation to the
responsible offeror whose offer conforming to the solicitation will be
most advantageous to the Government, price and other factors
considered. This evaluation of the technical proposal applies to all
CLINS. Each offeror is required to submit product descriptive
literature with his/her offer. Product descriptive literature shall be
in the form of drawings, manufacturers' specifications, commercially
printed brochures, catalogs, and advertising which provide detailed
descriptions of the salient characteristics of the items offered or any
other technical data sufficient to determine the offered items have the
capability to meet the Government's minimum requirement specifications.
Offeror Representations and Certifications -- Commercial Items (FAR
52.212-3, June 1999), Contract Terms and Conditions -- Commercial Items
(FAR 52.212-4, May 1999), and Contract Terms and Conditions Required to
Implement Statutes or Executive Orders -- Commercial Items (FAR
52.212-5, May 1999). The full text provisions and clauses can be
obtained at Web Site http//www.arnet.gov/far/. Posted 09/08/99
(W-SN378043). (0251) Loren Data Corp. http://www.ld.com (SYN# 0182 19990910\58-0005.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|