Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 20, 2001 PSA #2918
SOLICITATIONS

66 -- TOTAL STATIONS -- TYPE 1

Notice Date
August 16, 2001
Contracting Office
National Imagery & Mapping Agency, Contracting Support for Information Services Directorate, Attn: PCI/D-88, 4600 Sangamore Road, Bethesda, MD 20816-5003
ZIP Code
20816-5003
Solicitation Number
NMA100-01-R-0036
Response Due
August 31, 2001
Point of Contact
Lynn Brannan, Contract Specialist, 301/227-7843, FAX 301/227-2306, email: brannanl@nima.mil
Description
National Imagery and Mapping Agency (NIMA) intends to purchase Leica Geosystems brand-name equipment. Type 2 of total station is required to meet the operational and production requirement of measuring in a reflectorless mode up to 200m. Authority for this procurement is 10 USC 2304(c)(1) and FAR 6.302-1(c). This is a combined synopsis/solicitation and no written solicitation shall be issued. Responsible sources who are interested in this procurement may respond by providing clear and convincing information that identifies their capabilities. Offers are to be completed and delivered to the address listed above by 31 August 2001 by 1:00 P.M. local time (EST); ATTN: Lynn Brannan, 301-227-7843 (voice)/301-227-2306 or 2218 (FAX), or email: brannanl@nima.mil. Please call Lynn Brannan to confirm receipt of facsimiles. Requirements: Item 0001, Qty 8, Total Stations with reflectorless features; Measurement: Shall be self-contained, reflectorless EDME capable of distance measurements under normal conditions to most surfaces up to 200 meters, with at least a distance accuracy standard deviation of plus or minus three millimeters plus three part per million (K(3mm+3ppm)). It shall also have a horizontal circle accuracy (standard deviation of a direction, direct and reversed (ref. DIN Spec. No. 18723)) of at least 1.5" (one and one half of an arc-second). Operations: Ability for operator to read display "Face I"(direct) or "Face II"(reverse). Display and entry on both faces of Total Station. Has Laser Plummet, 30x optical magnification and is rugged with an ability to operate in a wide range of environmental conditions. Programmable and firmware that is upgradable. Interoperability: Capability of at least 4 Megabyte on-board data collector with the capability to be used with an IBM Compatible PC's with Windows 98, or Windows 2000 running GEOsurv's software "Geolab", to process the data. Ability to connect to a 12 volt gell cell external battery. Desirable accessory capabilities to mitigate the necessity for a one-to-one ratio of accessories/spares: batteries, battery charges, cables/connectors, software, that are interchangeable with the existing NIMA Leica model 2003 Total Stations. Automatic features: Motorization for increased productivity in making direct and reversed repetitive measurements for: monitoring, sets of angles, and automatic target recognition. Automatic target acquisition after initial pointing (tracking) for multiple measurements of targets up to 200 meters. Accessories: to include but not limited to batteries, battery charges, cables/connectors, software keys, prisms, holders, targets, eyepieces, etc. Other: Y2K compliant. Offerors agree to hold the prices firm for 60 calendar days from the date specified for receipt of offers. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. A WRITTEN SOLICITATION WILL NOT BE ISSUED. All responses from responsible sources above by 31 Aug 01, 1:00 P.M. local time (EST) will be considered. The solicitation number is NMA100-01-R-0037 and is issued as a request for proposal (RFP). The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and Defense FAR Supplement 91-13. Delivery is expected to be FOB destination to NIMA, Holloman AFB, NM, or Patrick AFB, Florida, within 30 days after award of contract. The provision at 52.212-1, Instruction for Offerors -- Commercial Items, applies to this acquisition. Interested parties shall submit offers which include the 11 items outlined in FAR 52.212-1(b). Provision at 52.212-2, Evaluation -- Commercial Items, is hereby incorporated by reference. The following factors shall be used to evaluate offers: technical acceptability and price. Award will be made to the technically acceptable offer whose price is lowest. Offers are to include a commercial price list, a completed copy of the provision at 52.212-3, Offeror Representations and Certification -- Commercial Items, and the provision at DFARS 252.212-7000, Offeror Representations and Certifications -- Commercial Items, with the offer. In accordance with provision at 252.204-7001, Cage Code Reporting, Offeror is to provide CAGE code with the offer. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order -- Commercial Items, is hereby incorporated by reference (including 52.222-3, 52.233-3, 52.203-6, 52.203-10, 52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33). The clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items, is hereby incorporated by reference (including: 252.225-7001, 252.225-7012, 252.225-7036, 252.227-7015, 252.233-7000).
Record
Loren Data Corp. 20010820/66SOL001.HTM (W-228 SN50V1S0)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |
Created on August 16, 2001 by Loren Data Corp. -- info@ld.com