Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2010 FBO #3177
SOLICITATION NOTICE

65 -- Thermal Imagers

Notice Date
8/4/2010
 
Notice Type
Presolicitation
 
Contracting Office
12155 W. Alameda Parkway Lakewood, CO
 
ZIP Code
00000
 
Solicitation Number
DE-RQ65-10WA45115
 
Response Due
8/9/2010
 
Archive Date
2/9/2011
 
Point of Contact
Todd Tetrault, Contracting Officer, 720-962-7156,Tetrault@wapa.gov;Kim Cooper, Contract Specialist, 720-962-7153,
 
E-Mail Address
Kim Cooper, Contract Specialist
(kcooper@wapa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Thermal Imagers (see attached PDF document) Point of Contact: Venus De Liso, Contract Specialist, Western Area Power Administration, Phone: (720) 962-7234, Fax: (720) 962-7161 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED separate from this announcement. Solicitation DE-RQ65-10WA45115 is issued as a Request for Quotation (RFQ). You may submit your written quote on company letterhead or Standard Form 1449. The solicitation document and incorporated provisions and clauses are those in effect through FAR Federal Acquisition Circular 2005-42. This solicitation is 100% Small Business set-aside. The North American Industrial Code (NAICS) is 334511 and the business size standard is 750 employees. A fixed price contract will be awarded using Simplified Acquisition Procedures. The U.S. Department of Energy, Western Area Power Administration, Western Corporate Services Office requires to Retain THERMAL IMAGERS: CLIN 0001 Retain 4 (four) thermal imagers each with an accessory telephoto lens, i.e. a total of 4 (four) thermal imagers, 4 (four) telephoto lenses, and 4 (four) sets of associated mounting hardware and protect cases. In accordance with the specifications it is attached to this announcement. The following clauses and provisions apply to this solicitation: 52.212-1, Instructions to Offerors -- Commercial. Please submit the product information, manufacturer and part number of item you will be supplying. FOB Destination to destinations stated in the Specifications. 52.212-3, Offeror Representations and Certifications -- Commercial Items. * All firms or individuals submitting a quote shall include a completed copy of this provision, or include a completed copy of the Online Representations and Certifications Application (ORCA). Contractor shall acknowledge in their quote that their ORCA (Online Representation and Certification Application) is current and up to date, located at: https://orca.bpn.gov/. If your ORCA is not current and/or you do not submit a completed copy of this provision, your quote will be considered non-responsive. 52.212-4, Contract Terms and Conditions -- Commercial Items and addenda to the clause. 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items. The following additional FAR clauses cited in the clause are applicable to the acquisition. 52.219-6 Notice of Total Small Business Aside; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-50 Combating Trafficking in Persons; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.225-13 Restrictions on Certain Foreign Purchases; WES-D-1003 MINIMUM PACKAGING AND MARKING REQUIREMENTS (WAPA, JAN 2008) a. All items must be packaged in accordance with good commercial practices adequate to ensure safe arrival at the delivery address specified on the order. b. As a minimum, the exterior of all packages must be clearly marked with the purchase order (PO) or contract number, a Western Area Power Administration contact name and phone number, and a list of the package's contents (i.e., a packing list). c. Western reserves the right to return any package(s) not marked in accordance with this clause to the vendor at the vendor's expense. WES-H-1025 REQUIREMENT FOR PURCHASING OF AMERICAN-MADE EQUIPMENT & PRODUCTS (WAPA, FEB 2008) It is the sense of the Congress that, to the greatest extent practicable, all equipment and products purchased with funds made available under this award should be American-made. DOE-H-1052 LOBBYING RESTRICTION (ENERGY AND WATER DEVELOPMENT AND RELATED AGENCIES APPROPRIATIONS ACT, 2010) The contractor agrees that none of the funds obligated on this award shall be expended, directly or indirectly, to influence congressional action on any legislation or appropriation matters pending before Congress, other than to communicate to Members of Congress as described in 18 US. C. 1913. This restriction is in addition to those prescribed elsewhere in statute and regulation. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Written offers and the above required information are due 9 August 2010 by 4:00 PM local time. Please send responses electronically to Ms. Venus De Liso, Contract Specialist, e-mail address deliso@wapa.gov. NO PHONE CALLS WILL BE ACCEPTED. All responsible sources may submit a quote, which will be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/PAM/HQ/DE-RQ65-10WA45115/listing.html)
 
Record
SN02228567-W 20100806/100804235008-71149479c9d3a5236294e6eda5fbbec6 (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.