Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2004 FBO #1014
SOLICITATION NOTICE

65 -- Retinal Camera

Notice Date
9/3/2004
 
Notice Type
Solicitation Notice
 
NAICS
339115 — Ophthalmic Goods Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392
 
ZIP Code
23511-3392
 
Solicitation Number
N00189-04-T-0621
 
Response Due
9/17/2004
 
Archive Date
10/2/2004
 
Point of Contact
Janice Brindley, Contract Specialist, Phone 757-443-1370, Fax 757-443-1376, - Bonnie Parker, Contract Specialist, Phone 757-443-1410, Fax 757-443-1414,
 
E-Mail Address
janice.brindley@navy.mil, bonnie.parker@navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the FAR, as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required item under RFQ N00189-04-T-0621 and a subsequent solicitation document will not be issued. Acquisition Group at FISC Norfolk intends to purchase on a full and open competitive basis the following items, BRAND NAME OR EQUAL, 1 each Topcon TRC-50EX Fluorescein Retinal Camera which includes 2 MT-10 camera backs, filter sets for FA, double wide table top, and AIT-15 electric instrument table; 1 each Canon 1960 Ink Jet Printer which includes USB cable, inkjet cartridges and 1 pack inkjet paper (EPSON); and 1 each Imaging System 3K by 2K Super-High Resolution FA/Color IMAGEnet System which includes a super high resolution 3Kx2K digital camera back for TRC-50EX or IX Intel P4 processor, 3.08Ghz w/hyper threading, 1 gig DDR333/PC2700, twin 120 Gbyte HDDs, network connection, 1.44MB floppy disk drive , DVD reader, NVIDIA 64MB video adapter integrated Intel AC97 audio, integrated Intel PRO/100/1000 VM network connection, 3 button mouse, carbon ?HP easy access internet keyboard, US Robotics V.90 56K PCI modem-OS restore/cypress CD, documentation kit 4100/5100, DVD-RW 48X CD/16X DVD, 6 USB and 3 firewide card, HP 20.3? flat panel color monitor, windows XP professional operating system, IMAGEnet (32 bit) for Win software, current version, IMAGEnet quick draw module, INAGEnet stereo analysis software module with cup/disk, MPS/PDT, measure, and grid, IMAGEnet RGB channel module, IMAGEnet consulting tools module, IMAGEnet mosaic construction module, IMAGEnet CD/DVD archiving module/gear, current release, new task pad, communication and utility software for remote diagnostics/PC Anywhere, anti-virus software, current drivers, battery back up (UPS) and line conditioner, stero viewers (screen and light table) and system table and any needed wiring. Delivery will be 6 weeks after the receipt of order, FOB: Point Destination to Norfolk, VA 23511. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items (JAN 2004), FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2004) ALTERNATE I (APR 2002), FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003), FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JAN 2004) within this clause, the following clauses apply and are incorporated by reference: 52.222-19 Child Labor?Cooperation with Authorities and Remedies (JAN 2004)(E.O. 13126), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002) (E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001) (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212), 52.225-13 Restrictions on Certain Foreign Purchases (OCT 2003) (E.O.S, proclamations, and statutes administered by Office of Foreign Assets Control of the Department of Treasury), 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003) (31 U.S.C. 3322), FAR 252.232-7003 Electronic Submission Of Payment Requests (DEC 2003), FAR 52.215-5 Facsimile Proposals (OCT 1997) fax number is (757) 443-1424 or 443-1337, The RFQ document, (N00189-04-T-0621), provisions and clauses which have been incorporated are those in effect through FAC 2001-24. The following Defense FAR Supplement (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference, with the exception of DFAR 252.204-7004, which will be in full text. DFAR 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2003) within this clause the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003) (41 U.S.C. 10a-10d, E.O. 10582), 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003), DFAR 252.204-7004, (NOV 2001), Required Central Contractor Registration, (a) Definitions. As used in this clause (1) Central Contractor Registration (CCR) database means the primary DOD repository for contractor information required for the conduct of business with DOD. (2) Data Universal Numbering System (DUNS) number means the 9-digit number assigned by Dun and Bradstreet Information Services to identify unique business entities. (3) Data Universal Numbering System +4 (Duns+4) number, means the Duns number assigned by Dun and Bradstreet plus a 4-digit suffix that may be assigned by a parent (controlling) business concern. This 4-digit suffix may be assigned at the discretion of the parent business concern for such purposes as identifying subunits or affiliates of the parent business concern. (4) Registered in the CCR database, means that all mandatory information, including the DUNS number or the Duns +4 number, if applicable, and the corresponding Commercial and Government Entity (CAGE) code, is in the CCR database; the DUNS number and the CAGE code have been validated; and all edits have been successfully completed. (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States (2) The offeror shall provide its DUNS or, if applicable, its DUNS +4 number with its offer, which will be used by the Contracting Officer to verify that the offeror is registered in the CCR database (3) Lack of registration in the CCR database will make an offeror ineligible for award. (4) DOD has established a goal of registering an applicant in the CCR database within 48 hours after receipt of a complete and accurate application via the Internet. However, registration of an applicant submitting an application through a method other than the Internet may take up to 30 days. Therefore, offerors that are not registered should consider applying for registration immediately upon receipt of this solicitation (c) The contractor is responsible for the accuracy and completeness of the data within the CCR, and for any liability resulting from the Government?s reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the contractor is required to confirm on an annual basis that its information in the CCR database is accurate and complete. (d) Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http: //www.bpn.gov/. At a minimum, responsible sources should provide this office: a price proposal on letterhead /or a SF1449. Either a price proposal on letterhead, or a SF1449 should show the requested item, with its unit price, extended price, Total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, Cage code. Responses to this solicitation are due by September 17, 2004, at 16:30, or 4:30 P.M. Offers can be emailed to janice.brindley@navy.mil or faxed to (757-443-1389) or mailed to; Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Acquisition Group Attn: Janice Brindley, Code 203B1, Norfolk, VA.23511-3392. Reference RFQ N00189-04-T-0621, on your proposal. NAICS 339115 (500 Employees)
 
Place of Performance
Address: N/A
 
Record
SN00665567-W 20040905/040903212612 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.