Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2002 FBO #0271
SOLICITATION NOTICE

58 -- Global Positioning System (GPS) Maps

Notice Date
8/28/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115 Rosslyn Station, Arlington, VA, 22219
 
ZIP Code
22219
 
Solicitation Number
S-LMAQM-02-Q-0105
 
Response Due
9/12/2002
 
Archive Date
9/27/2002
 
Point of Contact
Bernice Barnes, Management Analyst, Phone 7038756098, Fax 7038756085,
 
E-Mail Address
barnesbl2@state.gov
 
Small Business Set-Aside
Total Small Business
 
Description
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. The solicitation number is S-LMAQM-02-Q-105 and is issued as a request for quotation (RFQ). The NAICS code is 334290. This is a 100% small business set-aside. The small business size for this NAICS is 750 employees. FOB Destination shall be Springfield, VA. We anticipate award for this purchase order to be on or before September 13, 2002. The government plans to award a commercial item purchase order to the responsible offeror who can provide the items requested by the required delivery date. The required Delivery Date is September 30, 2002. The U.S. Department of State, Bureau of Diplomatic Security requires the following items with accessories. Quoted products must have the features listed below. The Contracting Officer must approve additional features and variations prior to quote. Description for first item ? Garmin GPS Map 76S or equal. Navigation features: Waypoint/Icons: 500 with name and graphic symbol, 10 nearest (automation), 10 proximity; routes:50 reversible routes with up to 50 points each, plus MOB and TracBack models; Tracks:automatic track log, 10 saved tracks let you retrace your path in both directions; Trip computer: current speed, average speed, resettable max. speed, trip timer and trip distance; Alarms:anchor drag, approach and arrival, off-course, proximity waypoint, shallow water and deep water; Tables: built-in celestial tables for best times to fish and hunt, sun and moon rise, set and location; Map datums: more than 100 plus user datum; Position format: Lat/Lon, UTM/UPS, Maidenhead, MGRS, Loran TDs and other grids, including user grid. Quantity 100 each. Description for second item ? Garmin Antenna F/U/W or equal. Features: Receiver: WAAS-enabled, 12 parallel channel GPS receiver continuously tracks and uses up to 12 satellites to compute and update your position; Acquisition times: warm: approximately 15 seconds, cold: approximately 45 seconds, autolocate: approximately 5 minutes; Update rate: 1/second, continuous; GPS accuracy: position: 15 meters, 95% typical, velocity: 0.05 meter/sec steady state; DGPS (USCG) accuracy: position: 3-5 meters, 95% typical, velocity: 0.05 meter/sec steady state; DGPS (WAAS) accuracy: position: 3 meters, 95% typical, velocity: 0.05 meter/sec steady state; Dynamics: 6 g?s, Interfaces: RS232 with NMEA 0183, RTM 104 DGPS data format and proprietary GARMIN; Antenna: built-in quadrifillar, with external antenna connection (MCX); Differential: DGPS (USCG and WAAS capable)Quantity 100 each. Description for third item ? Garmin Carry Case or equal. Features: Fully gasketed, high impact plastic alloy, waterproof to IEC 529 IPX7 standards; Temperature range: 5degree F to 158 degree F (-15 degrees C to 70 degree C); User data storage: Indefinite, no memory battery requiredQuantity 100 each. Description for fourth item ? Garmin world Map CD or equal. Features: Basemap: Detailed basemap with cities, highways, interstates, exit info, rivers, lakes; preloaded with worldwide cities, navaids, Americas and U.S.A tide data. Electronic compass feature: accuracy: +2 degrees with proper calibration (typical); +5 degrees extreme northern and southern latitudes, Resolution: 1 degree, Barometric Altimeter Feature: Accuracy: 10 feet with proper calibration (user and/or automatic calibration); Resolution: 1 foot; Range: -2000 to 30,000 feet; Elevation computer: Current elevation, resettable minimum and maximum elevation, ascent/descent rate, total ascent/descent, average and maximum ascent/descent rate. Pressure: Local pressure (mbar/inches HG), 12-hour automatic pressure trend recording; Power: Source: two AA batteries (not included), Battery Life: Up to 16 hours; Physical: size: 2.7?Wx6.2?Hx1.2?D (6.9x15.7x3.0 cm); Weight: 7.7 ounces; Display: 1.6?Wx2.2?H (4.1x5.6 cm), 180x240 pixels, high-contrast, FSTN with bright backlighting. Quantity 100 each. The selected contractor must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The selected offeror MUST submit a completed copy of FAR 52.212-3 Offeror Representations and Certifications - Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following provisions in the Federal Acquisition Regulation (FAR) apply to this acquisition to include any addenda to the provision. This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text: FAR 52.212-4 Contract Terms and Conditions - Commercial Items, The following FAR clauses in paragraph (b) of FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. As proscribed by FAR 52.252-2, the full text of DOSAR clauses may be accessed electronically at http://www.statebuy.inter.net/acpolicy. The full text of a FAR clause may be accessed electronically at http://www.arnet.gov/far. In addition, the selected offeror must certify that they: (a) do not comply with the Arab league boycott of the State of Israel by taking or knowingly agree to take any action with respect to the boycott of Israel by the Arab League countries which Section 8(a) of the Export Administration Act of 1979 as amended (50 USC Ap 2407a) prohibits a U.S. person from taking, and (b) do not discriminate in the award of subcontracts on the basis of religion. (DOSAR 65.225-70). SET-ASIDE AWARD PROCEDURE. The cascading preference source selection method will be used in the evaluation of firms for award under this solicitation. The cascading source selection method permits small and large businesses to submit offers. Offers from small businesses will be considered first. In accordance with FAR Subpart 19.5, any award resulting from the solicitation will be made to an eligible small business concern provided that (1) at least two competitive offers are received from responsible small business concerns, and (2) award will be made at a fair market price. If conditions for award to a small business concern are not met, award will be made on the basis of full and open competition considering all offers submitted by responsible business concerns. Offers are due by 4:00PM, Eastern Standard Time, on September 12, 2002. Offers will be accepted via email to:BarnesBL2@state.gov or faxed to; Bernice Barnes at (703) 875-6006. All questions pertaining to this solicitation must be in writing submitted by email to BarnesBL2@state.gov
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/State/A-LM-AQM/A-LM-AQM/S-LMAQM-02-Q-0105/listing.html)
 
Place of Performance
Address: Springfield, VA
Zip Code: 22153
 
Record
SN00153020-F 20020830/020828221915 (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.