Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 18,1997 PSA#1869

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

66 -- LASER TRACKER UPGRADE KIT AND ACCESSORIES SOL N00244-97-Q-9303 DUE 063097 POC Point of Contact is Bid Officer at 619-532-2690/2692; Gwen Young, Contracting Officer at 619-532-2890; FAX 619-532-1088/9 WEB: Click here to learn more about FISC San Diego., http://www.sd.fisc.navy.mil. E-MAIL: Click here to contact the Contracting Officer via e-mail., gwen_young@fmso.navy.mil. This procurement is unrestricted; all responsible sources may submit an offer. 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; quotes are being requested and a separate written solicitation will not be issued. Solicitation number N00244-97-Q-9303 applies and is issued as a Request For Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-45 and Defense Acquisition Circular 91-11. The standard industrial code is 3823 and the business size standard is 500 employees. This requirement is for a fixed priced contract for eight (8) line items as follows. Line Item 0001: Upgrade Kit for Leica Model LT500 Laser Tracker, consisting of optical elements and firmware required for the installation of an Absolute Distance Meter (ADM) into theoptical path of a laser interferometer, Leica p/n 575431, quantity 1 each. Line Item 0002: Remote LT Motor Controller for remote driving of servo motors on Leica Model LT500 Laser Tracker, connection between the laser tracker head and the application computer. This firmware, placed in the controller, stores the calibration requirements for a specified tracker. Leica p/n 575432, quantity 1 each. Line Item 0003: Mounting kit for LT Controller, hardware required to mount Controller to laser tracker, consists of brackets to replace existing handles and shock absorbent feet added to base of controller. Leica p/n 575586, quantity 1 each. Line Item 0004: Motor Cable Interface is a heavy-duty shielded cable with Lemo connectors on either end. Cable length is 10 meters. For interface between laser tracker head and controller. Leica p/n 575488, quantity 1 each. Line Item 0005: Sensor Cable, consists of a heavy-duty shielded cable with Lemo connectors on either end. Interconnects a laser tracker head and controller. Leica p/n 575489, quantity 1 each. Line Item 0006: Corner Cube, an open-air conrnercube consisting of planar mirrors arranged at right angles to each other and mounted in a hemispherical housing with a 1.5 inch diameter, 25mm. Leica p/n 574823, quantity 2 each. Line Item 0007: Laser Tracker Stand, consists of one 15-ionch metal base plate and tube mounted together to form a rigid stable platform for a laser tracker. The laser tracker stand mates to the bottom surface of a tracker head tube. Leica p/n 900750, quantity 1 each. Line Item 0008: Basic Calibration Kit, consists of one motorized rotatable reference bar with integrated counter weights, one magnetic reflector mount, and adapter to reference bar stand. The adapter affixes the rotatable reference bar to an instrument stand providing the reference bar a stable platform to be used in the calibration of the laser tracker. The corner cube is placed in the magnetic reflector mount on the reference bar and the motor drives the bar to created a very precise circular orbit. Leica p/n 575479, quantity 1 each. Delivery of all items is required on or before 29 AUGUST 1997 to be delivered FOB Destination to: Receiving Officer, Naval Aviation Depot, Code 54320, Bldg 94, NAS North Island, San Diego, CA 92135. Mark for: L. Medina, Shop 61241, Bldg 90-2. Acceptance shall be made at destination. The provision at FAR 52.212 1, Instructions to Offerors Commercial Items applies. Addendum to FAR 52.212 1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212 3, Offeror Representation and Certifications Commercial Items. Clause 52.212 4, Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses: FAR 52.211 5, New Material; FAR 52.211 7, Other Than New Material, Residual Inventory, and Former Government Surplus Property. The clause at 52.212 5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222 26, Equal Opportunity; FAR 52.222 35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222 36, Affirmative Action for Handicapped Workers; FAR 52.222 37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212 7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225 7012, Preference for Certain Domestic Commodities. Any contract awarded as a result of this solicitation will be a DO-rated order certified for national defense use under the Defense Priorities and Allocations System. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price related factors. Provision 52.212 2, Evaluation Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable, the offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions for Line Items 0001 through 0008. Quotes must be received no later than 3:00 PM, local time, 6/30/97 and will be accepted via fax (619-532-1088/9) or e-mail (gwen_ young@fmso.navy.mil) ONLY. DO NOT mail. (0167)

Loren Data Corp. http://www.ld.com (SYN# 0332 19970618\66-0005.SOL)


66 - Instruments and Laboratory Equipment Index Page