Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2006 FBO #1706
SOLICITATION NOTICE

66 -- InGaAs Near Infrared MiniCamera

Notice Date
7/27/2006
 
Notice Type
Solicitation Notice
 
NAICS
333315 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 377 CONS - Kirtland (Operational Contracting Squadron), 377 CONS/LGC Operational Contracting Squadron 2000 Wyoming Blvd SE, Kirtland AFB, NM, 87117-5606
 
ZIP Code
87117-5606
 
Solicitation Number
Reference-Number-F2KBAD6188A100
 
Response Due
8/7/2006
 
Archive Date
8/22/2006
 
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; no paper copies will be issued. No telephone requests will be honored. Perspective offerors must register on the FedBizOps site in order to receive notification to changes in the solicitation. This requirement is a cascading set-aside. The applicable North American Industry Classification (NAICS) Code is 333315, Size standard is 500 employees. Solicitation/ Purchase Request number F2KBAD6188A100 is issued to a BRAND NAME or EQUAL ITEM (FAR 52.211-6 applies to equal items). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-08 effective 30 January 2006. The Government intends to award two contract line items number (CLIN 0001) for a SU320M-1.7RT InGaAs CCD Near Infrared MiniCamera. 320x240 (or greater) pixels, 40 micron sq pixel size, at least 900-1700nm with a range 25mm-50mm lens, including a 1-year warranty. QUANITY: One (1) UNIT OF MEASURE: Each. (CLIN 0002) Shipping and handling QUANITY: One (1) UNIT OF MEASURE: Each. The following provisions and clauses apply to this procurement: FAR 52.204-7, Central Contractor Registration; FAR 52.211-6, FAR 52.212-1. THIS IS A CASCADING SET ASIDE. Proposals will be accepted by 8(a) Small Businesses, HUBZone Small Businesses, Service Disabled Veteran Owned Small Businesses first, followed by Small Businesses, and then Other Than Small (Large) Businesses. Proposals will be evaluated using a tiered cascading approach: when proposals are received, they will be opened for identification purposes only. The Government will evaluate only those proposals in the first tier 8(a) Small Businesses, HUBZone Small Businesses and Service Disabled Veteran Owned Small Businesses, and exhaust all negotiation efforts before pursuing evaluation and negotiation at the next tier, Small Businesses before considering proposals from the final tier Other than Small (Large) Businesses. The following provisions/clauses will apply to 8(a) Small Business Set Asides: 52.219-6 - Notice of Total Small Business Set Aside and its?Alternate II 52.219-8 - Utilization of Small Business Concerns 52.219-14 - Limitations on Subcontracting The following provisions/clauses will apply to HUBZone Small Business Set Asides: 52.219-3 - Notice of Total HUBZone Set Aside 52.219-6 - Notice of Total Small Business Set Aside and its?Alternate II 52.219-8 - Utilization of Small Business Concerns 52.219-14 - Limitations on Subcontracting The following provisions/clauses will apply to Service Disabled Veteran Owned Small Business Set Asides: 52.219-6 - Notice of Total Small Business Set Aside and its?Alternate II 52.219-8 - Utilization of Small Business Concerns 52.219-14 - Limitations on Subcontracting 52.219-27 - Notice of Total Service Disabled Veteran Owned Small Business Set Aside The following provisions/clauses will apply to Small Business Set Asides: 52.219-6 - Notice of Total Small Business Set Aside and its?Alternate II 52.219-8 - Utilization of Small Business Concerns 52.219-14 - Limitations on Subcontracting The following provisions/clauses will apply to Other Than Small (Large) Business awards: 52.219-4 - Notice of Price Evaluation Preference for HUBZone Small Business Concerns CLIN 0001: SU320M-1.7RT InGaAs CCD Near Infrared MiniCamera. 320x240 (or greater) pixels, 40 micron sq pixel size, at least 900-1700nm with a range 25mm-50mm lens, including a 1-year warranty. Qty 1 each. DESIRED DELIVERY DATE: 21 Aug 2006 DESTINATION: 4600 Randolph Blvd, Bldg 1010, Kirtland AFB, NM 87117. Inspection and acceptance: DESTINATION CLIN 0002: Shipping and handling Qty 1 each. DESIRED DELIVERY DATE: 21 Aug 06. FOB: DESTINATION to 4600 Randolph Blvd, Bldg 1010, Kirtland AFB, NM 87117. Inspection and acceptance: DESTINATION. FAR provisions/Clauses incorporated by reference: 52.211-6 Brand Name or Equal (AUG 99); 52.212-1 Instructions to Offerors?Commercial Items (JAN 2004); 52.212-3 Offeror Representations and Certifications?Commercial Items (MAR 2005) Offerors are required to submit a completed copy of FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items, with their quote; 52.212-4 Contract Terms and Conditions Commercial Items (OCT 2003); 252.212-7000 Offeror Reps and Certs?Commercial ( NOV 95) Provisions/Clauses incorporated by full text: 52.212-5 Contract terms and Conditions required to Implement Statutes or Executive Orders --Commercial items (JUN 2004) [in paragraphs (b) and (c) the following clauses apply: 52.219-6; 52.222-3; 52.222-21, 52.222-26, 52.222-35, 52-222-36, 52.222-37; 52.225-13, 52.232-33, Addendum to FAR 52.212-5: FAR 52.216-18 Ordering; FAR 52.216-19 Ordering Limitations; FAR 52.216-21 Requirements; FAR 52.216-22 Indefinite Quantity; FAR 52.219-1 Small Business Program Representations; FAR 52.252-2, Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/; Offeror Representations and Certifications--Commercial Items; DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. [in paragraph(s) (a) and (b) the following clause(s) apply 252.225-7001, 252.232-7003, 252.247-7023; Addendum to DFAR 252.212-7001: DFAR 252.225-7002. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database. To register, you may apply through the Internet at http://www.ccr.gov. Prospective offerors must register on the FedBizops site in order to receive notification to changes in the solicitation. Offers a long with completed Representations and Certifications (Reps and Certs), FAR 52-213-3, Small Business Representations, 52.219-1 may be faxed, in accordance with FAR 52.214-31, Facsimile Bids (Dec 1989) to: 505-853-4346, Attention: Crystal Price or mailed to attention at: 377th Contracting Squadron 2000 Wyoming Blvd. S.E. Bldg #20604, Room B22 Kirtland AFB, NM 87117-5606 All offers are due no later than (MST) 1:00 p.m., 7 Aug 06
 
Place of Performance
Address: Kirtland AFB, NM
Zip Code: 87117
Country: UNITED STATES
 
Record
SN01099443-W 20060729/060727220806 (fbodaily.com)
 
Source
FedBizOpps 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.