Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2007 FBO #2077
MODIFICATION

70 -- Upgrade of Leica Geosystems DSW300 Scanner

Notice Date
8/2/2007
 
Notice Type
Modification
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, Procurement and Contracts In Support of Information Services (ACI), Attn: ACI Mail Stop D-88 4600 Sangamore Road, Bethesda, MD, 20816-5003, UNITED STATES
 
ZIP Code
20816-5003
 
Solicitation Number
Reference-Number-NEDIG87127AS01
 
Response Due
8/9/2007
 
Archive Date
8/24/2007
 
Point of Contact
Kelly Ashton, Procurement Technician, Phone 301 227-7834 , Fax 301 227-1467,
 
E-Mail Address
Charlene.K.Ashton@nga.mil
 
Description
AMENDMENT: Statement requesting GSA pricing has been removed. 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; proposals are being requested and a written solicitation will not be issued. National Geospatial-Intelligence Agency (NGA) intends to solicit and award a firm-fixed price purchase order under Federal Acquisition Regulation (FAR) Part 12 and 13. The North American Industry Classification System (NAICS) code for this acquisition is 423430. The solicitation is issued under reference number NEDIG87127AS01. The National Geospatial-Intelligence Agency has an immediate requirement to procure the following items: NOTE: All items shall be Leica Geosystems and all upgrades shall be performed by certified Leica Geosystems Technicians. Leica Certified Technician certificates are required as part of this response. Leica certified technicians are essential to this effort as non-Leica certified technicians may invalidate warranties and/or licenses of equipment currently on hand. Description of Items: DSW300 to DSW700 Upgrade Kit, Part #742452 qty 3; DSW300/500 Wiring Harness Kit, Part #737078 qty 3; Encoder Upgrade X-Axis, part #743009, qty 3; Encoder Upgrade Y Axis, Part# 743010, qty 3; Roll Film Transport Upgrade, Part #736828, qty 3; DSW Consulting Labor (Days)*, Part #2355, qty 10; DSW Hardware Maintenance (Year) Part #89227, qty 1; SCAN SW Bundle w Image Ut. and FDog, Part #736841, qty 3; SCAN w Image Ut and FDog, Part # 1979, qty 3; Exceed Software, Current Version, Part #735734, qty 3; NuTCRACKER COE Software, Part #737012, qty 3; NuTCRACKER Deluxe Unix Com & Utility, Part #737013, qty 3; AWARE JPEG2000 Runtime License, Part #746940, qty 3-- *Quote shall be inclusive of all expenses related to consulting, labor, all shipping and packing costs. Delivery location: NGA- Bolling AFB, Washington, DC Total proposed cost shall include all shipping and handling with a breakout of unit price and total cost. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. The solicitation document and incorporated provisions are as follows. The provision at 52.212-1, Instruction to Offeror, Commercial Items applies to this acquisition. Award will be made on an all-or-none basis with only one award made to the lowest price offeror who meets the requirement for all line items delivery 30 days ARO and based upon written documentation Leica certified technicians provided as a part of this response. Offerors are required to submit a complete copy of FAR 52.212-3, Offeror Representations and Certifications, Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions, Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Status or Executive Orders, Commercial Items, applies to this acquisition, with the following clauses: 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity;52.222-35, Equal Opportunity for special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer, Central Contractor Registration; 52.225-13, Restriction on Certain Foreign Purchases; 52.239-1, Privacy or Security Safeguards. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisitions of Commercial Items applies to the acquisition with the following clauses: 252.225-7001, Buy American Act and Balance of Program, and 252.225-7004, Preference for Domestic Specialty Metals; 252.232.7003, Electronic Submission of Payment Requests. In accordance with FAR 12.603(a)(3)(ii), vendors must be approved and registered in Central Contractor Registration (www.ccr.gov) before award can be made. All responsible sources may submit a response to Kelly Ashton, via email ashtonk@nga.mil or by fax (301) 227-1467. No telephone responses will be accepted. All quotes must include unit price and total price and Leica certified technical certifications/documentation. All quotes must be valid for at least 60 days and the quotes may be used for other competitive actions for the same materials. The government may elect to make multiple awards against the quote. Award will be made on an all-or-none basis with only one award made to the lowest price offeror who meets the requirement for all line items delivery 30 days ARO. Awards for subsequent actions may be awarded from this solicitation. Also, subsequent actions may be updated either via email or telecom if delivery location changes. Quotes are requested by 12:00 pm EST, 9 August 2007, via email to Ashtonk@nga.mil. If you have any questions, please call or email, Kelly Ashton, 301-227-7834 or ashtonk@nga.mil. Maile L. Parker is the Contracting Officer for this procurement. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-AUG-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/ODA/NIMA/PCID-88/Reference-Number-NEDIG87127AS01/listing.html)
 
Place of Performance
Address: National Geospatial-Intelligence Agency Attn: Donna West/MS V-098 200 McDill Blvd Bldg 6000, Bolling AFB Washington, DC 20340 202 231-5680
Zip Code: 20340
Country: UNITED STATES
 
Record
SN01361183-F 20070804/070802230548 (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.