Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 15,2000 PSA#2537

General Services Administration, Federal Supply Service (FSS), Office and Scientific Equipment Center (FCG), Washington, DC, 20406

66 -- TEST & MEASUREMENT EQUIPMENT AND SERVICES FOR ELECTRIC, ELECTRONIC, MECHANICAL AND THERMAL QUANTITIES; AVIONICS TEST EQUIPMENT; AND UNMANNED AERIAL VEHICLES SOL FCGS-W8-0316-N POC Tracy Sentelle, Contract Specialist, Phone (703) 305-6777, Fax (703) 305-5537, Email tracy.sentelle@gsa.gov WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=FCGS-W8-0316- N&LocID=5. E-MAIL: Tracy Sentelle, tracy.sentelle@gsa.gov. The General Services Administration (GSA), Federal Supply Service (FSS), Scientific Equipment Division (FCGS), is re-publicizing our Worldwide Multiple Award, Federal Supply Schedule Solicitation for FSC Group 66, Part II, Section J, covering Test and Measurement Equipment and Services for Electric, Electronic, Mechanical and Thermal Quantities; Avionics Test Equipment; and Unmanned Aerial Vehicles. This solicitation includes all items formerly under FSC Group 66, Part II, Section H, and L, and J. Federal Supply Schedule 66, Part II, Section H, L, and J have been merged into Schedule 66, Part II, Section J. The following categories are solicited: Class 5985 -- Antennas, Waveguides, and Related Equipment, Class 6625 -- Electrical and Electronic Properties Measuring and Testing Equipment, Class 6635 -- Physical Properties Testing Equipment Materials and Machine Testing and Analyzing Instruments, Class 6685 -- Combination and Miscellaneous Instruments, and Avionics Equipment, Unmanned Aerial Vehicle Systems and Related Services. Offerors are advised that this solicitation is a "standing" solicitation, originally issued on November 12, 1998, which will remain in effect until refreshed or replaced by an updated solicitation. There is no specified date and time for receipt of offers; offerors may submit their offer for consideration at any time. Offerors shall respond with two (2) hard copies of their proposal. Telecopier proposals, and telecopier of withdrawals of proposals are not permitted and will be disregarded if received. New to this solicitation is the option to lease equipment to the Federal Government. Offerors must comply with all regulatory requirements, guidelines, and/or standards, which govern the particular equipment and are of commercial practice. Product Support Options are also solicited, which will cover the following areas: Equipment Maintenance and Repair, Pre-Purchase Calibration, Post-Purchase Calibration, Extended Warranty, Service Agreements, Technical Training and Support, and Technical Application Development Support. The offeror of these services must be an Original Equipment Manufacturer (OEM) or be OEM certified and approved. Offerors must comply with all regulatory requirements, guidelines, and/or standards, which govern the particular equipment and are of commercial practice. Commercial price lists, which contain all the terms and conditions must be submitted at the time of offer. Also included in this solicitation is the Introduction to New Products Special Item Number (SIN), previously the New Technology SIN. Offeror's must be capable of demonstrating that the product meets at least one of the following three conditions: (1) performs a new task or procedure not currently available under any GSA contract, (2) performs an old task or procedure in a new way, which technically exceeds current products, or (3) improves an existing product so significantly that the Government customer's will be negatively impacted if the product is not added to the schedule. The offered product must be classifiable under FSC Group 66, Part II, Section J. Also, there are no similar items currently available under an existing SIN or pending acquisition and the product could be included in an existing SIN or has the potential for inclusion within the schedule with a new SIN. Offeror's must understand that there is no implied guarantee that the product will be recognized and accepted as a new product. Be advised; products awarded under this SIN must meet a contract sales criterion in order to be permanently placed under this schedule. Sales of the new product(s) must exceed $25,000 for the first 24-month period or the contract may be canceled. Solicitation Number FCGS-W8-98-0316-N covering the above products and services will be written in Microsoft Word Version 7.0. The solicitation will be available for downloading from the Internet at http://eps.gov. The new solicitation will also be available on diskette and in hard copy. All requests for diskette or hard copy of the solicitation should be faxed to: (703) 305-5537, Attention: Ms. Tracy Sentelle. Current contractors who already have a current contract under Schedule 66 II J are NOT required to submit a new offer under this solicitation. This solicitation shall not solicit, nor will there be any acquisition of products which are not U.S. made end products, designated country end products, Caribbean basin country end products, or Mexican end products in accordance with FAR 25.402(c). All products which process date/time data must be compliant with the year 2000 (Y2K) Warranty requirements. The solicitation incorporates the new commercial acquisition policies, provisions, and clauses in FAR Part 12, Acquisition of Commercial Items. Products offered which are not commercial items in accordance with FAR Part 2.101 are excluded from this solicitation. Offeror's are notified that any awards resulting from this solicitation will be made as an Indefinite Delivery-Indefinite Quantity, FOB Destination type contract and the schedule is non-mandatory for Government users. Contractor's are now required to accept the Government purchase card for payment equal to or less than the micro-purchase threshold for oral and written delivery orders. GSA has established a contract sales criterion for all Multiple Award Schedules. Clause I-FSS-639, entitled "Contract Sales Criteria" states that a contract will not be awarded if the anticipated sales are not expected to exceed $25,000. Contracts may also be canceled unless reported sales for each twelve month period from the date of award are $25,000 or above. Contracts awarded under this solicitation will have variable contract periods; i.e., the schedule period will be continuous. All contracts awarded under this solicitation will be in effect from the date of award for a period of five (5) years with one five (5) year option to extend. Please direct your attention to Clause I-FSS-164-A, "Option to Extend the Term of the Contract". The contracting officer may exercise the option to extend the contract for the additional five (5) years, by providing written notice to the contractor ten (10) months prior to the expiration of the contract period. When the Government exercises its option to extend, prices in effect at the time the option is exercised will remain in effect during the option period, unless an adjustment is made in accordance with another clause (e.g. Economic Price Adjustment Clause or Price Reduction Clause). The Government will award contracts for identical items when offers are determined to be fair and reasonable to the Government. This solicitation contains mandatory requirements for the reporting of all sales that are made under contract to be submitted quarterly via the Internet. A 1% Industrial Funding Fee (IFF) payment must be made payable to GSA of those quarterly sales. Offerors must include the IFF in their prices offered to GSA. The fee is included in the award price(s) and reflected in the total amount charged to ordering activities. Posted 02/11/00 (D-SN424613). (0042)

Loren Data Corp. http://www.ld.com (SYN# 0248 20000215\66-0007.SOL)


66 - Instruments and Laboratory Equipment Index Page