Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 10,1999 PSA#2429

US 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