|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 16,1998 PSA#2243Contracting Office, P.O. Box 1609, Oceanside, Ca 92051-1609 67 -- HIGH-SPEED VIDEO SYSTEM SOL M00681-99-Q-0065 DUE 122498 POC
Staff Sergeant Dunlap, Contract Specialist, (760) 725-3217 E-MAIL:
Click here to contact SSgt Dunlap via E-mail,
DUNLAPW@PENDLETON.USMC.MIL. 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 for
quotes being requested. A written solicitation will not be issued. The
solicitation number is M00681-99-Q-0065 and is issued as a request for
quotation (RFQ). This solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
98-07. This is a Small Business set-aside procurement. The Standard
Industrial Code(s) 3651 the business size is 750 employees. The agency
need is for High-speed video system. The requirement is for a fixed
priced contract. Request of six -- (6) line item as follows. Line item
0001 -- Motion Scope PCI 1000C Full Size PCI color camera
control/frame store board (on-board memory) camera head w/15' cable,
installation software and documentation, quantity 1 each. Line item
0002—Laptop, Dell Dimension XPS R minitower Pent II 400MHz, 256MB
RAM, 10GB HD(7200RPM), 17" monitor, STB n vidia ZX 8MB 3D 2X AGP, 40X
CD-ROM, 3COM PCI 10/100 network card, 1.44MB 3.5"FD, keyboard, Win NT
workstation 4.0, MS Mouse, quantity 1 each. Line item 0003 -- Lens,
3.5mm f/1.4, C-mount for the motion scope PCI 1000C, quantity 1 each.
Line item 0004 -- Lens, 12.5-75mm f/1.2, C-mount for the motion scope
PCI 1000C, quantity 1 each. Line item 0005 -- Cable, video cable, 50
foot, with (7) 12" BNC pigtail connectors, connect between motion scope
1000C camera head and camera control unit, quantity 1 each. Line item
0006 -- Service, integration and testing of line items 0001 through
0005. Delivery of all items is required 30 days after award of
contract, to be delivered FOB Destination to, Camp Pendleton, CA 92055.
Acceptance shall be made at destination. The provision at FAR 52.212-1
Instructions to 0fferors -- Commercial Items (Aug 1998) applies to
this acquisition. Offerors are required to complete and include a copy
of the provisions FAR 52.212-3 Offer Representation and Certification
-- Commercial Items (Oct 1998) with their proposals. The FAR clause
52.212-4 Contract Terms and Conditions -- Commercial Items (Apr 1998)
applies to this acquisition. FAR clause 52.212-5 Contract Terms and
Conditions Required to Implement Statutes or Executive Orders --
Commercial Items (Oct 1998) applies with the following applicable
clauses from paragraph (b). FAR 52.219-8, Utilization of Small, Small
Disadvantaged and Women-Owned Small Business concerns (15 U.S.C. 637
(d)(2) and (3)). FAR 52.203-6 Restriction on Subcontractor Sales to the
to the Government -- A1ternate I. FAR 52.222-26 Equal Opportunity. FAR
52.222-35, Affirmative Action for Disabled Veterans and Veterans of
the Vietnam Era. FAR 52.222-36 Affirmative Action for Handicapped
Workers. FAR 5.222-37 Employment Reports on Special Disabled Veterans
and Veterans of the Vietnam Era. FAR 52.225-3 Buy American
Act-Supplies. FAR 52.225-21 Buy American Act-North American Free Trade
Agreement Implementation Act-Balance of Payments Program. DFARS
252.212-7001, Contract Terms and Conditions Required to Implement
Statutes or Executive 0rders Applicable to Defense Acquisitions of
Commercial Items (OCT 1998), applies with the following clauses
applicable from paragraph b. DFARS 252.225-7001 Buy American Act and
Balance of Payment Program. DFAR 252.225-7036 North American Free Trade
Agreement Implementation Act. DFAR 252.204-7004 Required Central
Contractor Registration. Any Contract awarded as a result of this
so1icitation wi11 be an 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. Evaluation will be compatibility,
price, price-related factors, and delivery. Provision 52.212-2,
Evaluation-Commercial Items, applies with paragraph (a) completed as
follows, The following factors shall be used to evaluate offers. (1)
Compatibility (2) Price (3) Delivery (4) Past performance. Mail, or fax
copy offers must be received no later than 4:00 PM PST, on 24 December
1998 to the Contracting Officer, Sgt. Dunlap, voice (760) 725-3217,
Fax (760) 725-8445 or 725-4346. Quotations sent via the US Postal
Service should be mailed to the Contracting Division, P. 0. Box 1609,
Oceanside CA 92051-1609. Federal Express should be sent to Contracting
Division Bldg. 22180, Camp Pendleton, CA 92055 Posted 12/14/98
(W-SN280201). (0348) Loren Data Corp. http://www.ld.com (SYN# 0254 19981216\67-0001.SOL)
67 - Photographic Equipment Index Page
|
|