Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 28,2000 PSA#2673

Fleet And Industrial Supply Center Seal Beach Detachment, Naval Weapons Station, Supply Dept., Bldg. 239, Code 210J, 800 Seal Beach Blvd., Seal Beach, CA 90740

67 -- INFRARED CAMERA SOL N00244-00-T-1319 DUE 083000 POC Contract Specialist, Deborah Reid, (562)626-7865; (562)626-7479 fax WEB: Click here to get more information about FISC, San, http:'www.sd.fisc.navy.mil. E-MAIL: click here to contact the contracting officer via, reid.deborah@sbeach.navy.mil. IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on/or after 06-01-98. Lack of registration in the CCR database will make an offeror/quoter INEGLIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://ccr.edit.disa.mil for more information. This announcement is published as a Total Small Business Set-Aside action per FAR 52.219-1 and 52.219-6 (this means you must be a small business, quoting the product of a small-business manufacturer); all eligible, responsible sources may submit an offer. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; quotes are being requested and A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number RFQ N00244-99- T-1319 applies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-19 and DFARS Change Notice 20000606. The standard industrial code is 3827 and the business size standard is 500 employees. The agency need is for 1 ea. Infrared Camera, Detector spectral range: user-selectable to 3 to 5 and/or 8 to 12 microns. Must be able to image bands simultaneously IFOV (Instantaneous Field of View): 0.5 Milliradians MRTD (Minimum Resolvable Temperature Difference): 0.05 degrees Celsius; Cooling: Stirling cooler; Radionmetrically calibratable by user. All items to be deliveried to: FOB Destination to Corona, CA, 92860-5000. Acceptance shall be made at destination. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items applies. 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 thegeneral public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions -- Commercial Items applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.211-5, Material Requirements. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions 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; and addendum provisions DFARS for Certain Domestic Commodities; and addendum provision DFARS 252.211-7003, Brand Name or Equal. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPORALS: FAR 52.212-3, Offeror Representation and Certifications -- Commercial Items. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. Provision 52.212-2, Evaluation -- Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. (option 1)To be determined technically acceptable, the offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase description. In addition NAVSUP 252.215-9402, Notice to Prospective Offerors, and 252.215-9403, Additional Evaluation Factors -- Contractor Evaluation System, Red/Yellow/Green Program applies. Note: the full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov.far; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery /availability of product/s, the company's CAGE code, Dun and Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time, on 8/30/00and will be accepted via fax (562)626-7479 or via e-mail(reid.deborah@sbeach.navy.mil). Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher. Posted 08/24/00 (W-SN489736). (0237)

Loren Data Corp. http://www.ld.com (SYN# 0360 20000828\67-0005.SOL)

67 - Photographic Equipment Index  |  Issue Index |


Created on August 24, 2000 by Loren Data Corp. -- info@ld.com