Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2002 FBO #0241
MODIFICATION

66 -- Stereo Microscopes

Notice Date
7/29/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Treasury, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20223
 
ZIP Code
20223
 
Solicitation Number
02Q134
 
Response Due
8/5/2002
 
Point of Contact
Donita Hood, Contract Specialist, Phone (202) 406-6790, Fax (202) 406-6801,
 
E-Mail Address
dhood@associates.usss.treas.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. Request for Quotation number 02Q134 is hereby issued for this requirement through Federal Acquisition Circular This RFQ is restricted to 100% small business. The NAICS code is 333314 and the small business size standard is 500. The U.S. Secret Service (USSS) has a requirement for: (46) Stereo Microscopes, which include these specifications: The unit must consist of a head, housing the objectives and convergence optics, oculars (eyepieces), and support stand. The combination of the objective lenses and oculars shall provide continuous magnification of 10X to 40X. The unit must provide illuminated stereoscopic magnification, free from significant aberrations throughout the magnification range of at least 10X to 40X. The microscope must provide two internal white illumination sources of variable brightness: incident light and transmitted light. The unit shall provide a working distance greater than 60mm. The unit shall have a variable zoom ratio of 1:4. Head: The head shall house the objectives, zoom, and light path optics. The head must provide continuous zoom magnification range at least 10X to 40X. The head shall create an erect stereoscopic image by employing a system of two separate light paths. The objective system shall be free from spherical and chromatic aberrations. The eyepiece tubes shall be inclined and provide interpupillary and parfocality (diopter) adjustment. The oculars must be wide field design, 10X magnification, and corrected for spherical and chromatic aberrations. Stand: The stand shall support the head assembly at the necessary working distance and provide for focus adjustment by knob adjustment. The base of the unit shall be low profile to support the examination of printed documents. The stand shall house light sources for incident and transmitted lighting, both of variable brightness. The following FAR Provisions and Clauses are applicable to this RFQ unless otherwise noted: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items; 52.212-2, Paragraph (a) the following: "award will be based on the technically acceptable offer";"The government intends to award a firm fixed price purchase order to the responsible offeror with acceptable past performance, whose quotation, conforming to the Solicitation as provided herein, is lowest in price. 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items. The following Clauses cited in 52.212-5 are applicable: (11), (12), (13), (14), (15), (16), (24), and (25). 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-1, Buy American Act-Balance of Payments Program--Supplies; 52.225-13, Restriction on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. These FAR Provisions and Clauses may be accessed via the World Wide Web at: www.arnet.gov/far/current/html/52_212_213.html. Quotes may be submitted on the offeror's quote/pricing form. Telephone requests for copies of FAR Provisions and Clauses will not be accepted. The contractor is responsible for reading, understanding and completing all solicitation requirements. Please direct all questions regarding this solicitation, to Donita Hood at (202) 406-6790. The contractor shall deliver the complete quantity, FOB Destination with all freight included in the delivered price. Delivery will be made to U.S. Secret Service, Communications Center/CFT Division, Attn: Joel Zlotnick, Washington Navy Yard, SE Federal Center, 3rd & M Street, Bldg. Pad 159, Washington, DC 20407. Delivery of these supplies will be no later than September 3, 2002. A signed copy of the Representations and Certifications shall be included with offeror's quote. Quotations must contain the following: 1) Unit Cost/Pricing; 2) A specification or technical data sheet, 3) Completed and signed copy of FAR 52.212-3, Offeror Representations and Certifications. All responsible offerors may fax quotations to Attn: Donita Hood, at (202) 406-6801, no later than Monday, August 5, 2:00 PM Local Time. Quotations may be sent by mail to the U.S. Secret Service, Procurement Division, ATTN: Donita Hood, P.O. Box 6500, Springfield, VA 22150.
 
Place of Performance
Address: US Secret Service - CFT Division, Washington Navy Yard, S.E. Federal Center, 3rd & M. St., Bldg Pad 159, Washington, DC 20407
Zip Code: 20407
Country: USA
 
Record
SN00127671-W 20020731/020729213713 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.