Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MARCH 12, 2001 PSA #2805
SOLICITATIONS

38 -- EXTENDED AREA BLACKBODY

Notice Date
March 8, 2001
Contracting Office
Crane Division, Naval Surface Warfare Center, Code 1162 Bldg 2521, 300 Highway 361, Crane, Indiana 47522-5001
ZIP Code
47522-5001
Solicitation Number
N00164-01-Q-0133
Response Due
March 27, 2001
Point of Contact
Ms. Joyce Loughmiller, Purchasing Agent, 812-854-3902, FAX 812-854-3762 (Mr. S. Bingham, Contracting Officer)
E-Mail Address
Click here to contact the Purchasing Agent via e-mail. (loughmiller_j@crane.navy.mil)
Description
This is a synopsis/solicitation a non-commercial item prepared in accordance with FAR subpart 13, 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. Solicitation Number N00164-01-Q-0133 applies and is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-23 and DCN 20001213. The North American Industry Classification System (NAICS) code is 333315 and the business size standard is 500 employees. This is a Small Business set-aside. This is a sole-source to Electro Optical Industries, 859 Ward Drive, Santa Barbara, CA 93111. The requirement is as follows: CLIN 0001 a quantity of one Electro Optical Industries P/N: LES600-24 extended area blackbody to be used as a target/calibration source for lot acceptance testing. Major requirements for the source, that it be extended (i.e. of sufficient physical dimension (area) to subtend a useful number of pixels on an imager at a realistic test distance (not to exceed 500 meters). That it be a high temperature (not to exceed 600 degrees celsius) so that there is sufficient radiance for the LAT radiometers. Evaluation for award will be based on past performance and price. During the source selection process, the Government will assess the offeror's past performance in the evaluation for contract award. Accordingly each offeror is required to submit a list of three most recent contracts within the past three years, either completed or on-going, for the same or similar product. It is preferred that these contracts be with U.S. government customers, but contracts with other commercial concerns are also acceptable. Offerors are authorized to provide information relative to any problems encountered on the identified contracts and any corrective actions taken by the offeror. The source selection authority/Contracting Officer will evaluate the offeror's past performance based upon the information furnished by the offeror and/or other information obtained by the Contracting Office. The Contracting Officer is not responsible for locating or securing any information not furnished with the offer. The SSA/Contracting Officer may, however, utilize all available information, including information not provided by the offeror, in the past performance evaluation. The Government reserves the right to review less than all information submitted, and to only analyze sufficient information to make a reasonable determination of each offer's past performance rating. Delivery is required F.O.B. Crane, In 47522 within 180 days after award of order. Final inspection will be NSWC Crane. All responsible sources may submit a quote that will be considered by the Agency. A firm Fixed-Price Purchase Order will be awarded using Simplified Acquisition Procedures. The following provisions and clauses apply: 52.204-6; 52.207-4 (fill-in) 52.209 6; 52.211-5; 52.211-14(DO/DX) 52.211-15; 52.213-4; 52.219-1(FILL-IN) 52.219-6 52.213-4 (incorporating 52.247-34) 52.222-21; 52.222-22; 52.222-25 (FILL-IN) 52.232-23; 52.242-15; 52.242-17; 52.243-1; 252.204-7001; 252.204.7003; 252.204-7004; 252.225-7000; 252.225-7001; 252.225-7002; 252.225-7009; 252.246-7001. Please provide your Commercial and Government Entity (CAGE) Code and Contractor Establishment Code (DUNS number). To be eligible for award you must be properly registered in the Government's Central Contractor Registration (CCR). Offerors may obtain information on CCR registration and annual confirmation by calling 1-888-227-2434, or via the Internet at http://ccc.dlsc.dla.mil or www.ccr2000.com. If a change occurs in this requirement, only those offerors that respond to this announcement will be considered future discussions and/or award. Quotations may be faxed or e-mailed to Fax 812-854-3762, e-mail address loughmiller_j@crane.navy.mil. Complete mailing address: Ms. Joyce Loughmiller, Code 1162N3 Bldg. 2521, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane IN 47522-5001. All required information must be received on or before 2:00PM, 26 Mar 01 Central Standard Time. See Note 26. The mission at NAVSEA Crane is to provide quality and responsive acquisition services for this Command. In an effort to continue to improve our services, NAVSEA Crane is conducting a survey of our vendors. This survey may be found on the World Wide Web at the following address: http://www.crane.navy.mil/supply/vendorsurvey.htm. Your comments will help us determine if we are accomplishing this and show us ways to improve our processes. Please consider taking the time to complete the survey.
Web Link
Click here to review Crane Division Acquisition Department (http://www.crane.navy.mil/supply/announce.htm)
Record
Loren Data Corp. 20010312/38SOL002.HTM (W-067 SN50F6J9)

38 - Construction, Mining, Excavating and Highway Maintenance Equip. Index  |  Issue Index |
Created on March 8, 2001 by Loren Data Corp. -- info@ld.com