Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 29,1997 PSA#1920

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

63 -- CLOSED CIRCUIT TELEVISION SURVEILLANCE SYSTEM SOL N00244-97-Q-A792 DUE 091597 POC Bid Officer (619) 532-2690 or 2692 FAX (619) 532-1088 or 1089 WEB: Click here to obtain more information regarding FISC San Diego, http://www.sd.fisc.navy.mil. E-MAIL: Click here to contact the Contracting Officer via e-mail, joan_balazs@fmso.navy.mil. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in 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. The solicitation number for this Request for Quote is N00244-97-Q-A792. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 46. This solicitation is issued on an unrestricted basis, under Standard Industrial Code 3663 with a small business standard of 750 employees. FISC San Diego has a requirement for the following: Closed Circuit Television Surveillance System for the following locations at Naval Air Station Ft. Worth Texas, Head-In Control Equipment, Flight Line-Hanger 1050, F14 Parking Area, C-130 Parking Area, Front Gate, Bldg. 1302 Visitor Check-in Area, Bldg 1504, Front Parking, Armory, le-Desk, Holding Cell. A date and time for interested contractors to review the site has been set at 8:00 a.m. Thursday Sept. 11, 1997. P.O.C. is Allen Peters @ (817) 782-7042. Interested contractors should meet Allen Peters at the Security Admin Building # 1501 at the above date and time. After reviewing the areas Contractors are to submit a proposal in the following format. Area location, equipment required for that area listing, part numbers, quantity, unit price of part and extended price of part, Sub-total for each area. Contractor is also to provide as a separate charge the total cost to install the equipment for each area. This procurement is for the parts only. Installation will be contracted at a later date. Cost of installation will be used to determine which system meets the Government's requirements at the lowest overall cost. Bids for the installation of the equipment are expected to be valid through 31 December 1997, during which time the Government will have the option to place a firm fixed price order for the installation. Please indicate in your proposal delivery time after award, FOB, Contract Terms, Warranty, and any other information you feel is appropriate. A site visit is required to be able to consider your proposal responsive due to the limited information provided in this request. 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. All responsible offerors are to submit current pricing, delivery time, payment terms, cage code, Duns/Bradstreet number, TIN, and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your companies products that meet the specifications. Quotes must be received no later than 3:00 PM, local time, 9/15/97 and will be accepted via fax (619-532-1088/9) Attn.: Joan Balazs. (0239)

Loren Data Corp. http://www.ld.com (SYN# 0274 19970829\63-0002.SOL)


63 - Alarm, Signal and Security Detection Systems Index Page