Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 24, 2001 PSA #2899
SOLICITATIONS

58 -- 58 -- COMMUNICATION, DETECTION, AND COHERENT RADIATION EQUIPMENT =20

Notice Date
July 20, 2001
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
810841
Response Due
August 9, 2001
Point of Contact
Edith Young, Contracting Officer, Phone 202-324-8809, Fax 202-324-5472, Email eyoungfbi@aol.com
Description
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; 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) 97-27. This solicitation is under the Simplified Acquisition Procedures (SAP) for small business-set-aside. The North American Industry Classification System (NAICS) is 334515 and Business Size Standard is 750 employees. This will be a Firm-Fixed price contract for the acquisition of the following Tektronix equipment brand name or equal. All of the items will be required in quantities as identified: TDS7254 Oscilloscope 2.5 GHZ certificate of calibration or equal quantity of one (1). TLA715 Logic Analyzer, dual monitor portable mainframe,rul2 certificate of calibration quantity of one (1). TLA7P4 13 CH LA module; 2GHz Timing, 100 MHZ state 16 m depth calibration certificate quantity of one (1). The following accessories brand name or equal will be required in the quantities as stated; P6139A Probe, passive; 500 MHZ 10x w/readout for TDS 500/600/700/ and 3000 series quantity of three (3); P6158 Probe,passive, 3.5 GHz 20X w/readout quantity of four (4); TLA715 1C Add IView x cable, Iview external oscilloscope cable kit quantity of one (1); TLA715 88 and TLA7P4A 88(factory configuration) module installations quantity of one each (1); TLA7P4 2 P Add P6434 probe quantity of four (4); and P6417 STD LA Probe; 17 ch standard probe for TLA7LX/7MX w/accessories statement of compliance quantity of eight (8). Pricing shall be required for all items as identified. The following are the minimum salient characteristics for this equipment. Oscilloscope shall have a bandwidth of 2.5 GHZ. Oscilloscope shall have maximum sampling of 20 Gs/S on 1 channel;10 Gs/S on 2 channels,and 5 Gs/S on all four channels; shall have maximum waveform capture rate of 400,000 per second; record length shall be 100,000 points per channel or 400,000 on 1 channel with capability of expansion to maximum of 32,000,000 points on 1 channel. Shall have built-in LAN port; shall have at a minimum of 10.4 inch color display screen with touch operation; shall have CD Rom with removable hard drive; shall have GPIB and USB ports and operate on windows 98 system or later; shall be capable of running Microsoft compatible programs; and shall be compatible with the TLA 715 logic analyzer. The Logic Analyzer shall be a modular constructed permitting the changing of analyzer cards and be capable of adding logic analyzer cards and pattern generator cards; shall utilize the windows 2000 professional operating system compatible with windows software; shall have a 733 MHZ CPU with 256 MB of ram, 10 GB removable hard drive, CD ROM, 3.5 inch floppy drive and support two monitors. Shall have and integrated track ball, 10.4 inch TFT LCD monitor with qwerty keyboard; shall have peripheral interface port with IEE 1284-C connector supporting Centronics mod,EPP and ECP modes, serial port, 2PC card slots with 2 USB ports; shall have an accessory pouch, front panel cover, wheel mouse, keyboard and cable connection for the Tektronix TDS7000 series oscilloscope. The Logic Analyzer Card shall provide 136 channels of simultaneous state and timing analysis;shall have 2 GHz timing resolution, 100MHz state and provide 16 MB of memory depth for each channel; shall provide general purpose prob that is 6 feet in length with the ability to group 34 channels for connection; special purpose cable shall be 5 feet in length grouped in 34 channels with a connector compatible with the AMP Micro connector; shall permit operator to group channels as desired to include channels in more than one group; display color code for channels shall correspond to the color on lead set. 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 equal product the brand name of the product furnished shall be clearly identified on the proposal. 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 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 at a minimum for one year after acceptance of the equipment. Destination FOB-Delivery Newington Annex 8540 Terminal Road Lorton, VA 22079 Door-D. All bids shall be mailed to the address listed in the CBD announcement no later than 1:00p.m. EST, August 9,2001 and clearly marked with the RFQ # 810841. No hand carried quotes will be accepted. Fax quotes will be accepted (202) 324-5722. 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, 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 (Oct 2000); FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items (March 2001); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items (Feb 2001). The following FAR clauses apply to this requirement and are hereby incorporated by reference: FAR 52.203-6 Restriction on Subcontractor Sales to the Government (Jul 1995); FAR 52.219-8 Utilization of Small Business Concerns (Oct 2000); FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (Feb 1999); FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Apr 1998); FAR 52.222.36 Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.225-1 Buy American Act Balance of Payment Programs-Supplies (Feb 2000) FAR 52.225-3 Buy American Act-North American Free Trade Agreement Israeli Trade Act- Balance of Payment Program (Feb 2000); FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor (May 1999). Each offeror shall include a completed copy of the FAR provision 52-212-3 Offeror Representations and Certification Commercial Items (April 2001); FAR 52.211-6 Brand Name or Equal (Aug 1999). The following Justice Acquisition Regulation (JAR) clause is applicable to this acquisition:JAR clause 2852.201.70 Contracting Officers Technical Representative (COTR)(Jan 1985) will be supplied upon award. All responsible offerors 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. Past Performance-offeror shall provide at a minimum the names and telephone numbers of three customers that have acquired the same or similar products for past performance evaluation. Offerors will be evaluated in accordance with FAR provision 52.212-2 Evaluation-Commercial Items (Jan 1999). The following factors shall be used to evaluate offers. Technical and past performance when combined are significantly more important than price. The ability to meet the technical requirements and price in descending order. Technically acceptable quotes must show that the offeror can meet the requirement of the Government. Quotes must state name, address and the RFQ number. To view the clauses in full text visit the following website: http://www.arnet.gov and http://www:usdoj.gov/jmd/pss/jarinet.htm. See numbered note 1
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/DOJ/FBI/PPMS/810841/listing.html)
Record
Loren Data Corp. 20010724/58SOL002.HTM (D-201 SN50S5P1)

58 - Communication, Detection and Coherent Radiation Equipment Index  |  Issue Index |
Created on July 20, 2001 by Loren Data Corp. -- info@ld.com