|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 19,1999 PSA#2413Department of the Air Force, Direct Reporting Units, 10 ABW/LGC, 8110
Industrial Drive, Suite 200, USAF Academy, CO, 80840-2315 58 -- DANTEC PARTICLE IMAGE VELOCIMETRY (PIV) DATA ACQUISITION SYSTEM
WITH FLOW SEED IMAGE SYSTEM SOL F05611-99-T1538 DUE 082599 POC Jeane
Steed, Contracting Specialist, Phone (719) 333-4085, Fax (719)
333-4404, Email jeane.steed@usafa.af.mil -- Ronald Hixson, Contracting
Officer, Phone (719) 333-2571, Fax (719) 333-4404, Email WEB: Visit
this URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F05611-99-T15
38&LocID=479. E-MAIL: Jeane Steed, jeane.steed@usafa.af.mil. This is a
combined synopsis/solicitation for commercial items prepared in
accordance with the format in FAR Subpart 12.6 and FAR 13, as
supplemented with additional information included in this notice. This
announcement constitutes the only solicitation; quotations are being
requested and a written statement will not be issued. This
solicitation, F05611-99-T1538, is issued as a request for quotation
(RFQ). This solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 97-13.
The proposed solicitation listed here is set aside 100 percent for
small business. The Standard Industrial Classification Number is 3845
and the Business Size Standard is 500 employees. REQUESTERS MUST STATE
THEIR BUSINESS SIZE ON EACH REQUEST. Women and small disadvantaged
business are encouraged to submit offers. Description: Dantec particle
image velocimetry (PIV) data acquisition system with flow seed image
system PIV2100SYS or equal, system must contain the
followingcomponents: PIV 2100 processor (Dantec P/N 80N25 or equal);
128 mega pixel memory block for input buffer (Dantec P/N 80N279 or
equal); Flowmanager software (Dantec P/N 80S30 or equal); Flowmanager
advanced measurement synchronisation (Dantec P/N 80S32 or equal);
gigabyte image storage module for flowmap processor (Dantec P/N 80N300
or equal); extended sequence analysis software (Dantec P/N 80N301 or
equal); Kodak Megaplus ES 1.0 camera with class 2 CCD chip (Dantec P/N
80C51 or equal); personality module for ES 1.0 camera, 15 HZ option
(Dantec P/N 80N52 or equal), Nikon 60mm lens (Dantec P/N 80x231 or
equal); pentium 400MHZ, 128MB memory, 10GB hard disk, 1.44MB floppy
disk, 17" monitor and operating system (Dantec P/N DMT-PC or equal);
camera filter, 532NM, for Nikon lenses (Dantec P/N 80C41 or equal);
equipment installation and training (Dantec P/N INST or equal); laser
alignment goggles (Dantec P/N 80x230 or equal); TECPLOT for LAN (Dantec
P/N TECPLOTL or equal); CD rom writer (Dantec P/N CD-ROM or equal);two
(2) each heavy duty tripod for laser and/or camera (Dantec P/N TRIPOD
or equal); 1500 particle generator (Dantec P/N 91S00 or equal); and
light sheet optics for high power lasers (Dantec P/N 80x20 or equal);
Quantity 1; Unit of Issue EA; Unit Price $____________; Total
$_______________. Government proposed delivery is 30 days after receipt
of order. Contractor proposed delivery is ___________. FOB for this RFQ
is Destination. Delivery of items shall be accomplished between 7:30
a.m. and 3:30 p.m., local time, Monday through Friday. No deliveries to
be made on Saturdays, Sundays, or federal holidays. Offerors must
comply with all instructions contained in FAR 52.212-1, Instructions to
Offerors -- Commercial. The following additional FAR provisions and
clauses apply: 52.212-2, Evaluation -- Commercial Item, the Government
will award a contract resulting from this solicitation to the
responsible offeror whose offer conforming to the solicitation will be
most advantageous to the Government, price and other factors
considered. The following factors shall be used to evaluate offers:
technical capability of the item offered to meet the Government
requirement, past performance, and price. Technical and past
performance are significantly more important than cost or price. If
bidding an "or equal", the technical evaluation will include
examination of such things as product literature, product samples (if
transportation costs are provided at no cost to the Government),
technical features, and warranty provisions. Past performance will be
evaluated on similar or like work performed/supplied in the past three
(3) years. Price will be evaluated to determine its fairness,
completeness, and reasonableness as it relates to the items offered.
FAR 52.212-3, Offeror Representations and Certifications-Commercial
Items, a completed copy of this provision shall be submitted with the
offer. 52.212-4, Contract Terms and Conditions -- Commercial Items,
52.212-5, Contract Terms and Conditions Required to Implement Statutes
orExecutive Orders-Commercial Items, to include clauses
(b)(12)(13)(14)(15)(22) and (c)(1)(2). DFARS 252.212-7001, Contract
Terms and Conditions Required to Implement Statutes or Executive Orders
Applicable to Defense Acquisitions of Commercial Items; 252.225-7001,
Buy American Act and Balance of Payment Program (41 U.S.C. 10, E.O.
10582); 252.225-7036, North American Free Trade Agreement
Implementation Act (Alt I); and 252.204-7004, Required Central
Contractor Registration. Offers are to be received at the Operational
Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO
80840-2315, no later than 3:00 p.m. Mountain Daylight Time on 25
August 1999. Facsimile quotes are acceptable; however, a hard copy must
follow by mail. Contact Contract Specialist or Contracting Officer
prior to faxing quote. Contact Jeane Steed, Contract Specialist, at
(719) 333-4085 or Ron Hixson, Contracting Officer, at 719-333-4969.
Posted 08/17/99 (D-SN369115). (0229) Loren Data Corp. http://www.ld.com (SYN# 0331 19990819\58-0006.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|