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
|
|
|