Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2002 FBO #0291
SOLICITATION NOTICE

67 -- Thermal Imaging Camera

Notice Date
9/17/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Regional Contracting Office Far East, PSC 557 Box 2000 Bldg 355 Camp Foster Okinawa Japan, FPO, AP, 96379-2000
 
ZIP Code
96379-2000
 
Solicitation Number
M67400--02-T-1049
 
Point of Contact
Keiko Taketomi, Contract Specialist, Phone 011816117458608, Fax 011816117450969, - Monica Colegrove, Contract Specialist, Phone 011816117458533, Fax 011816117450969,
 
E-Mail Address
taketomik@mcbbutler.usmc.mil, colegrovem@mcbbutler.usmc.mil
 
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 procurement is not a small business set-aside; any responsible source may submit an offer. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. Solicitation number M67400-02-T-1049 applies and is issued as a Request For Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-45 and Defense Acquisition Circular 91-11.The North American Industry Classification System is 421850 and the business size standard is NTE 5.0 million. The agency need is for: Note: No Substitute Items will be accepted Item 0001: Qty: 2 Ea. Thermal Imaging Camera Bullard Force Protection/Life Safety Thermal Imaging Camera with an Uncooled Microbolometer detector, Vanadium Oxide sensing system that must be fully operational within 6 seconds from the activation of the power switch. This unit must be hand held sized with a Ultem outer casing with shoulder and wrist replaceable side straps, one button operation, 4 back lit CCFT screen with a 60 degree field of view and 234x380 resolution array, (2) quick change rechargeable NiMH batteries that offer 1.5 hours of normal operating time. Each unit weighs 5.38 LBS. With the battery installed. Each unit is equipped with a multimedia orientation CD, AC charger, (2) batteries, truck mount direct charge system which includes the truck mount, built-in battery charger and the attachment hardware, and transmitter/receiver option. MX P/N JCB0702THIM Item 0002: Qty: 5 Ea. Transcommand Video Package Video package capable of being mountedin fire command posts vehciles. Includes a 4 channel wireless remote transmitter, TV/VCR with AC/DC adapters, 4-Channel reciever mounted inside of TV/VCR, an Omni directional antenna, and all neccesary cables. MX P/N TRANSCOMMAND VIDEO PACKAGE TRANSPORTATION CHARGE Desired delivery is FOB Destination to Defense Distribution San Joaquin Tracy Depot Bldg 30 CCP, 5600 Chrisman Rd, Tracy Ca 95376. All material awarded under this contract are expected to be delivered 30 days after the award is placed with the successful offeror. The Government intends to make a single award to the responsible offeror whose offer is the m ost advantageous to the Government considering price and price-related factors. The following Provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Comm Items (Oct 2000), FAR 52.212.2 Evaluation-Comm. Items (Jan 1999, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation?s minimum criteria for acceptability at the lowest price, FAR 52.212-3 Offeror Representations and Certification Comm Items (Apr 2002), FAR 52.212-4 Contract Terms and Conditions Comm Items (Feb 2002), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Comm Items (Dec 2001), FAR 52.232-33 Payment by Electronic Funds Transfer (May 1999), FAR 52.247-34 F.O.B. Destination (Nov 1991), Responsible offeror must be active in the Central Contractor Registration in accordance with DFARS 252.204-7004 . DUNS, TIN and CAGE Code must be written on submitted quote. Payment shall be made electronically by DFAS Yokota Japan. Full text of these provisions may be accessed on-line at http://www.arnet.gov or http://farsite.hill.af.mil. Offers can be faxed to 011816117450969 or mailed to the Regional Contracting Office, PSC 557 BOX 2000, FPO AP 96379. Offers must be received no later than 3:00 PM, JST, 29 Aug 02. Questions may be addressed to Keiko Taketomi by email at: taketomik@mcbbutler.usmc.mil All responsible sources may submit a quote that shall be considered. *****
 
Place of Performance
Address: Camp Butler, Okinawa Japan
Zip Code: 96379
Country: Japan
 
Record
SN00169456-W 20020919/020917213902 (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.