Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 25,2000 PSA#2586

Contracting Office, P.O. Box 1609, Oceanside, Ca 92051-1609

58 -- HANDHELD THERMAL IMAGER SOL M00681-00-T-0329 DUE 050400 POC James Burnham (760) 725-4206 This is a combined synopsis/solicitation for commercial items prepared in accordance with Subpart 12.6, as supplemented with additional information included with this notice. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The solicitation number is M00681-00-T-0329 and is issued as a Request for Quotation (RFQ). This solicitation document incorporates provisions and clauses that are those in effect through Federal Acquisition Circular 97-15. This is an unrestricted procurement. The Standard Industrial Classification Code is 5065 and the business size standard is 500 employees. This requirement is for a fixed price contract and is issued as a Brand Name or Equal in accordance with FAR 52.211-6 (AUG 1999). Item 0001: M2120 Long Range Thermal Imager Part Number: 243984-100, Quantity 5 Each. Item 0002: Battery Charger (for use with Item 0001) Part Number: 244020-100, Quantity 1 Each. Item 0003: Battery Charger Adapter Plate (for use with Item 0001) Part Number: 244020-100, Quantity 1 Each. All part numbers are from Litton Systems Inc., Electro-Optical Systems Division, 1215 South 52nd Street, Tempe, AZ 85281. Salient features for item 0001: Long range handheld thermal imager, light weight (no more than 2.5KG), 2nd generation FLIR, 8-12 micron spectral sensitivity with detection ranges up to 10KM. Three fields of view, NTSC, video output. Power shall be from vehicle and /or battery (throw-away, NiMH, or Li-Ion). Shall be capable of vehicle and/or tripod mounting, remotely operated, twelve month material and workmanship warranty. Items are to be delivered FOB Destination to MCB Camp Pendleton, CA 92055. Desired delivery is 180 days from date of award. The following provisions apply: FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 1999), FAR 52.212-1, Instructions to Offerors-Commercial Items (Nov 1999), FAR 52.212-3, Offer Representation and Certification-Commercial Items (FEB 2000), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2000) applies with the following applicable clauses: FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (FEB 1999); FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (APR 1998); FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (MAY 1999), FAR 52.203-6, Restrictions on Subcontractor Sales to The Government (JUL 1995), with Alternate I (OCT 1995); FAR 52.203-10, Price or Fee Adjustments for Illegal or Improper Activity (JAN 1997); FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (JAN 1999). The following Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses apply to the solicitation: DFARS 252.212-7000, Offerors Representations and Certifications Commercial Items (NOV 1995); DFARS 252.212-7001, Contract Terms and Conditions Required Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (SEP 1999) to include DFARS 252.225-7007, Buy American Act -- trade agreements- Balance of Payment Program (MAR 1998); DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (DEC 1991); DFARS 252.225-7003, Information For Duty-Free Entry Evaluation (MAR 1998), DFARS 252.225-7006, Buy American-trade Agreements-Balance of Payment Program Certificate (MAR 1998), DFARS 252.225-7008 Supplies to be accorded duty-free entry (MAR 1998), DFARS 252.225-7009, Duty-free entry-qualifying country supplies (end products and components) (MAR 1998), DFARS 252.225-7010 Duty-free entry-Additional provisions (MAR 1998), and DFARS 252.225-7037 Duty-Free Entry-Eligible End Products (MAR 1998). Any contract awarded as a result of this solicitation will be an order certified for National Defense use under the Defense Priorities and Allocations System. 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. The following factors shall be used to evaluate offers: past performance, price and delivery. (NOTE: All provisions shall be completed and forwarded to the contracting office along with your proposal. In addition, note that FAR Clause 52.225-8 and DFARS 252.225-7000 that you, as a contractor, if awarded the contract, are required to send specific notification to the contracting officer.) All responsible sources should submit proposals to be received no later than 4:00 PM PST, on May 4, 2000 via mail to: Contracting Office, Attn: James Burnham, P. O. Box 1609, Oceanside, CA 92051-1609, or via Federal Express to: Contracting Office, Attn: James Burnham, Bldg 22180, Camp Pendleton, CA 92055. Posted 04/21/00 (W-SN447697). (0112)

Loren Data Corp. http://www.ld.com (SYN# 0173 20000425\58-0001.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page