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