Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 14,1998 PSA#2241

U.S. Department of Justice, Immigration & Naturalization Service, 7701 N. Stemmons Freeway (ACDCAP), Dallas, Texas 75247

66 -- FIBER OPTIC FLEXIBLE VEHICLE GASOLINE TANK SEARCH KIT SOL ACD-99-Q-0004 DUE 123098 POC Cheryl Aldridge 214 905-5392 The Immigration and Naturalization Service (INS), Dallas, Texas, is issuing a combined synopsis/solicitation for commercial items 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; quotations are being requested and a written solicitation will not be issued. Solicitation ACD-98-Q-0004 is being issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-09. Multiple awards may be made. The term of the contract(s) will be for one year plus 2 one-year options and delivery shall be FOB destination within CONUS. A demonstration is scheduled for December 18, 1998 at a location in the greater Dallas area. Vendors are encouraged to schedule individual time periods for this demonstration. For those unable to attend, they must be prepared to supply one each of the item(s) offered for the government to use to perform any necessary evaluations to determine the technical capability of the product. Please fax your request to 214 767-7458 and an allotted time period will be assigned. In P/N below enter the part number of the item offered with the appropriate probe diameter. BASE YEAR: CLIN 0001 Fiber Optic Flexible Vehicle Gasoline Tank Search Kit 8mm +/- .5mm; Guaranteed Minimum: 4 each $__________; Maximum Quantity: 150; Cost of replacement bulb: $_______ & average life of bulb:________hrs. P/N____________ CLIN 0002 Fiber Optic Flexible Vehicle Gasoline Tank Search Kit 10mm +/- .5mm; Guaranteed Minimum: 1 each $___________; Maximum Quantity: 150; Cost of replacement bulb: $_________. P/N__________________ CLIN 0003 Fiber Optic Flexible Vehicle Gasoline Tank Search Kit 12mm +/- .5mm; & average life of bulb:________hrs.Guaranteed Minimum: 1 each $___________; Maximum Quantity: 150. Cost of replacement bulbs: $________& average life of bulb:________hrs. P/N___________________ FIRST OPTION PERIOD: CLIN 0004 Fiber Optic Flexible Vehicle Gasoline Tank Search Kit 8mm +/- .5mm; Guaranteed Minimum: 0 each $_________; Maximum Quantity: 150; Cost of replacement bulb: $________& average life of bulb: _______hrs. CLIN 0005 Fiber Optic Flexible Vehicle Gasoline Tank Search Kit 10mm +/- .5mm; Guaranteed Minimum: 0 each $___________; Maximum Quantity: 150; Cost of replacement bulb: $_______& average life of bulb:________hrs. CLIN 0006 Fiber Optic Flexible Vehicle Gasoline Tank Search Kit 12mm +/- .5mm; Guaranteed Minimum: 4 each $___________; Maximum Quantity: 150. Cost of replacement bulb: $_______& average life of bulb:________hrs. SECOND OPTION PERIOD: CLIN 0007 Fiber Optic Flexible Vehicle Gasoline Tank Search Kit 8mm +/- .5mm; Guaranteed Minimum: 0 each $_______; Maximum Quantity: 150; Cost of replacement bulb: $________& average life of bulb:_______hrs. CLIN 0008 Fiber Optic Flexible Vehicle Gasoline Tank Search Kit 10mm +/- .5mm; Guaranteed Minimum: 0 each $___________; Maximum Quantity: 150; Cost of replacement bulb: $________& average life of bulb:________hrs. CLIN 0009 Fiber Optic Flexible Vehicle Gasoline Tank Search Kit 12mm +/- .5mm; Guaranteed Minimum: 0 each $___________; Maximum Quantity: 150. Cost of replacement bulb: $_______& average life of bulb:________hrs. Any items ordered above the guaranteed minimum will be ordered on delivery order(s) issued by any INS Contracting Officer. The scopes will be used in automobile and truck fuel tanks full of gasoline/diesel fuel to detect welds and/or modifications to fuel tanks and to locate objects not normally found in these fuel tanks, and to search vehicle frames and body sections (i.e., heater/AC ducts, behind dashboards, inside fender wells, inside packages, headliners, etc.) Each probe must have a light source with adequate brightness to view and detect, in daylight operation, for the naked eye to detect the above. The scope must be able to operate in a liquid environment, be AC/DC capable; the flexible probe shall bea minimum of 60" long and a maximum of 72", the light source shall be a minimum of 96" (8 feet) from the neck of the fuel filler; field of view must be at least 60 degrees; the tip articulation shall be as a minimum 4-way, with 100 degree minimum; fixed focus. The scope shall come equipped with a protective carrying case for all components; an auto cigarette lighter adapter; minimum of 90 minutes operations using rechargeable internal batteries; and AC/DC (auto selection) battery charger. Quotes shall include product data information, point of contact names and phone numbers of other customers using the offered item, warranty information, include GSA contract number (if applicable) and any additional discounts offered, and company's DUNS number. Other government agencies may be permitted to order against the resulting contract(s). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Paragraph (a), evaluation criteria is as follows: for best value analysis, the anticipated usage is 1000 hrs/year. The average life of the bulb figure entered in the Schedule will be divided by 1000 and the resulting number will then be multiplied by the price of the replacement bulb. The resultant annual cost will be added to the price of the scope. Award will be made to the most advantageous offer to the Government, price and other factors considered. The following factors shall be used to evaluate offers (listed in descending order of importance: price, technical, and past performance. Technical and past performance, when combined are 50%. Price evaluation shall include each CLIN's total for the Base period plus the two option periods. Also, OFFEROR SHALL INCLUDE A COMPLETED COPY OF THE PROVISIONS AT FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition with the following additional clauses: FAR 52.216-18, Ordering paragraph (a): insert "Date of award for one year or until the maximum quantity is reached, whichever is sooner"; FAR 52.216-19, Order Limitations: paragraph (a) insert "one", (b)(1) insert "20", (b)(2) insert "30", (b)(3) "30", (d) "5"; FAR 52.216-22, Indefinite Quantity, paragraph (d) insert "the completion of the last delivery order"; FAR 52.217-9, Option to Extend the Term of the Contract, insert 36 months"; FAR 52.232-19, Availability of Funds for the Next Fiscal Year, insert "September 30th"; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and the following additional clauses apply to this acquisition: FAR 52.222-26, Equal Opportunity (E.O. 11246); Far 52.222-35, Affirmative Actions for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.252-1, Solicitation Provisions Incorporated by reference (available at http://www. arnet.gov). Delivery orders may be issued by facsimile. Quotes are due 12/30/98 at 1:30pm, at Immigration and Naturalization Service, ATTN: ACDCAP/Aldridge, 7701 N. Stemmons Freeway, Dallas, TX 75247. Inquiries and quotes may be faxed to 214 767-7458. All responsible sources may submit a quotation which shall be considered. Posted 12/10/98 (W-SN279087). (0344)

Loren Data Corp. http://www.ld.com (SYN# 0304 19981214\66-0008.SOL)


66 - Instruments and Laboratory Equipment Index Page