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