Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 14,2000 PSA#2556

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

67 -- HIGH-SPEED INTENSIFIED CCD CAMERA SYSTEM SOL N00244-00-R-0032 DUE 032700 POC Fax request for information to Contract Specialist, Cory Price, (619) 532-2287 or call (619) 532-2395. WEB: For more information about FISC San Diego click here., http://www.sd.fisc.navy.mil/. E-MAIL: Click here to contact the contract specialist via, cory_l_price@sd.fisc.navy.mil. This is 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; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this Request for Proposal is N00244-00-R-0032. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15 and DFARS Change Notice dated 10 February 2000. The proposed action is for supplies/services for which the Government intends to issue a sole source contract to NTSC International Corp. under authority of FAR 13.501 (a). This solicitation is issued on a restricted basis, under Standard Industrial Code (SIC) 3861, Photographic Equipment and Supplies, with a small business standard of 500 employees. The Government believes that only one responsible source can provide the supplies/services that will satisfy the agency requirements. Firms that recognize and can provide the required items described below are encouraged to identify themselves and give written notification to the Contracting Officer. Firms believing they can provide similar required items must provide supporting evidence that they can furnish these supplies and meet all specifications and delivery terms. All responses received within 5 days of the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed action based on responses to this notice is solely within the discretion of the Government. FISC San Diego has a requirement for the following Contract Line Items (CLINs): CLIN 0001 ILS-5 INTENSIFIED CCD CAMERA SYSTEM WITH BUILT-IN 40MM DIAMETER CHANNEL PLATE INTENSIFIER QTY 1 EACH. FEATURES -- Minimum requirements: 120,000 individual frames per second, 512 X 512 pixels per frame, 12-bit resolution, 20 nanosecond exposure time per frame (minimum), true 12 bit RS-422 digital video, capable of capturing 16 individual images, and camera control system. REQUIRED DELIVERY: 60 days after date of contract award. Delivery shall be made to: Naval Postgraduate School, AA Dept., 699 Dyer Road, Bldg. 234, Room 249, Monterey, CA 93943. ACCEPTANCE SHALL BE AT DESTINATION. The following provisions apply: FAR 52.212-1, Instructions to Offerors Commercial Items, Addendum to FAR 52.212-1, Paragraph (b) (5) Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract; DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS IN THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and certifications Commercial Items (see below for web links to FAR provisions and clauses); DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. Clause, FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as do the following addendum clauses; FAR 52.211-5, New Material, FAR 52.211-7 Other than New Material, Residual Inventory, and Former Government Surplus Property; FAR 52.247-34, F.O.B. Destination. The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Item applies with the following applicable clauses for paragraph (b): FAR 52.203-6, Restriction on Subcontractor Sales to the Government, With Alternate I; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; FAR 52.232-33, Payment by Electronic Funds Transfer-CCR Registration. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies with the following clauses applicable for paragraph (b) DFARS 252.225-7001 Buy American Act and Balance of Payment Program, and DFARS 252.225-7012 Preference for Certain Domestic Commodities; 252.243-7002, Certification of Requests for Equitable Adjustment; 252.247-7024, Notification of Transportation of Supplies by Sea. DFARS 252.204-7004 Required Central Contractor Registration (CCR), applies to all solicitations issued on or after 6/1/98. LACK OF REGISTRATION IN THE CCR DATABASE WILL MAKE AN OFFEROR/QUOTER INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. For more information call 1-888-227-2423 or visit the CCR internet web site http://www.ccr.dlsc.dla.mil. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: 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: (i) Technical Capability of the Item Offered to Meet the Government Requirement; (ii) Ability to Meet the Government's Required Delivery Date(s) and F.O.B. Terms; (iii) Price Ability to meet both technical capability and the required delivery schedule represent MINIMUM criteria for acceptable award. Failure to meet one of these two criteria shall render the offer to be technically unacceptable and not considered for award. Award will be made to that responsible offeror which meets both of the above minimum technical and schedule requirements and offers the lowest price. To be determined technically acceptable the Offeror must furnish product literature that demonstrates the products offered meet the requirements inherent in CLIN 0001 or otherwise articulate their understanding of the requirement through written explanation or renderings. ALL RESPONSIBLE OFFERORS ARE TO SUBMIT: current pricing, delivery time, payment terms, discounts for prompt payment, if any (e.g. 1% 10 days), CAGE Code, Dunn and Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), company's complete mailing and remittance addresses and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company's products that meet the specifications. Parties responding to this solicitation may submit their proposal in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: company's CAGE Code, Dunn & Bradstreet number (DUNS), Taxpayer Identification Number (TIN), and COMPLETED FAR 52.212-3 and DFARS 252.212-7000. Reference Solicitation number on all correspondence. Proposals must be received no later that 3:00 p.m. PST, 27 March 2000 and will be accepted via FAX (619-532-2287) Attn: Cory Price or mailed to: Fleet & Industrial Supply Center, Regional Contracts Dept./Code 2509, Attn: Cory Price, 937 North Harbor Drive, Ste. 0060, San Diego, CA 92132-0060. Inquiries will be accepted via FAX (619-532-2287) Attn: Cory Price or via e-mail at cory_l_price@sd.fisc.navy.mil. NOTE: IMPORTANT INTERNET ADDRESSES: 1) Federal Acquisition Regulations (FAR) at http://www.arnet.gov/far; 2) Defense Federal Acquisition Regulation Supplement (DFARS) at http://www.acq.osd.mil/dp/dars/dfars.html; and 3) Other federal/defense links (e.g. Central Contractor Registration On-line, Commerce Business Daily On-Line) can be accessed on the Internet at http://www.acq.osd.mil/dp (scroll down to the bottom of the page for numerous links). Posted 03/10/00 (W-SN433358). (0070)

Loren Data Corp. http://www.ld.com (SYN# 0254 20000314\67-0001.SOL)


67 - Photographic Equipment Index Page