This is a synopsis for commercial items prepared in accordance with the format in FederalAcquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information
included in this notice. This announcement will supplemented by an electronic solicitation that
will be released to the public and attached to this synopsis on Friday, November 15,2002 which
can be found at www.fedbizopps.gov under FBI RFP0001618; proposals are being requested
based on additional information provided in the forthcoming solicitation. This synopsis is being
issued as Request for Proposal number 0001618, the provisions and clauses incorporated are
those in effect through Federal Acquisition Circular (FAC) 2001-09. This acquisition is
restrictive to 8(a) businesses and is being conducted under the procedures of the Federal
Acquisition Regulation (FAR) Parts 12 and 13. The North American Industry Classification
System (NAICS) Code for this requirement is 811212 with a business size standard of 18 million
dollars. This will be a Fixed Price Service Contract for a nationwide maintenance and repair
program to keep the FBI Uninterruptable Power Supply (UPS) system operating at full capacity.
The FBI has 64 sites in the United States including Hawaii, Alaska and Guam that use UPS units
which are responsible for immediate continuation of electrical power prior to emergency
generators coming on-line in the event of a sudden power loss or black-out. The equipment that
ordinarily makes up the communication circuit being protected by these UPS includes:
cryptography equipment, multiplexors, router and bridge devices. There are a number of UPS
manufacturers and models that require support under this requirement and they include: MGE,
EXIDE, EPS, DELTEC and LEBERT. See the solicitation for more details. The following FAR
clauses and provisions are incorporated by reference and apply to this acquisition: FAR provision
52.212-1 Instructions to Offerors - Commercial Items (Oct 2000), FAR clause 52.212-4 Contract
Terms and Conditions-Commercial Items (Feb. 2002). FAR clause 52.212-5 Contract Terms and
Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2002)
. Each offeror shall include a completed copy of the FAR provisions at 52-212-3, Offeror
Representation and Certifications (July 2002) with its offer. This provision can be obtained via
the Internet at www.far.arnet.gov/far. All responsible and eligible 8(a) sources may submit a
proposal which, if timely received shall be considered by the agency. The Government will
award to the responsible offeror whose offer, conforming to the attached solicitation will be most
advantageous to the Government, price and other factors considered. Submissions by Offerors
are requested to be presented in two distinct sections, the FIRST being a technical offer to
include specifications, diagrams, and performance capabilities as needed to adequately represent
the offered product and a SECOND section to include item pricing, warranty information and
past performance information which consists of contact information (ie. name, address and phone
numbers) for three companies and/or agencies the offeror has provided similar serves for.
Offerors will be evaluated in accordance with FAR provision 52.212-2 Evaluation-Commercial
Items (Jan. 1999) offerors are encouraged to use the Standard Form (SF) 1449 -
Solicitation/Contract/Order for Commercial Items -- found on the Internet at
www.gsa.gov/forms. The following factors, in descending order of importance shall be used to
evaluate offers: quality of the maintenance and repair services plan offered, pricing offered, and
offeror past performance. The awarding of this contract will be subject to the availability of
funds. Questions from potential offerors must be received IN WRITING, via fax at (202) 324-
0570 by 12PM Monday, December 2, 2002. Due to heightened security and scrutiny of mail
entering Government buildings, offerors are encouraged [but NOT required] to use FedEx
(Federal Express) to reduce possible delays in the delivery of quotes and offers. NO HAND
DELIVERIES WILL BE ACCEPTED BY THE FBI. All proposals must faxed to (202) 324-0570
and/or mailed to 935 Pennsylvania Avenue NW, Washington DC 20535, Room 10254, Attn;
Garland Crosby, no later than 3:00 PM. EST. Monday, December 16, 2002. The point of contact
for all information is Garland L. Crosby Jr., (202) 324-9013. Please DO NOT CALL WITH
QUESTIONS OF ANY NATURE - - ONLY WRITTEN QUESTIONS WILL BE
ADDRESSED, Thank you
Bid Protests Not Available