Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2003 FBO #0495
MODIFICATION

67 -- Raytheon Thermal Imager or Equal

Notice Date
4/7/2003
 
Notice Type
Modification
 
Contracting Office
DHS - Direct Reports, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20223
 
ZIP Code
20223
 
Solicitation Number
03Q0012
 
Response Due
4/10/2003
 
Archive Date
4/25/2003
 
Point of Contact
Donita Hood, Contract Specialist, Phone (202) 406-6940, Fax (202) 406-6801, - Kathleen Wilson, Contracting Officer - PIB Branch Chief, Phone (202) 406-6940, Fax (202) 406-6801,
 
E-Mail Address
dhood@associates.usss.treas.gov, none
 
Small Business Set-Aside
Total Small Business
 
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 03Q0012 is hereby issued for this requirement through Federal Acquisition Circular 01-08. This action is a 100% small business set-aside. The NAICS code is 443130 and the small business size standard is 5946. The U.S. Secret Service (USSS) has a requirement for: Brand Name ? (10) EA Raytheon Digital Thermal Imager Palm IR 250D; and (10) EA Extra Rechargeable Batteries. The following salient features must be met: thermal imager, digital; portable/hand held; length less than 10"; weight less than 5lbs; rechargeable battery operation (four hours); optional tripod mount; water resistant; optics: 50mm quick disconnect lens; all lens shall be GE type (germanium)f-1.0; digital processor video enhancement; auto brightness control; standard video output (NTSC); spectral response 7-14 microns; operations manual; hard carry case. The desired delivery schedule is two (2) weeks after receipt of order; required delivery schedule is one (1) month after receipt of order. If offering on other than the Brand Name, your quotation must include product literature and/or technical specifications that confirm your product's ability to meet the salient features. The following FAR Provisions and Clauses are applicable unless otherwise noted: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items; 52.212-2, Paragraph (a) insert: The government intends to award a firm fixed price purchase order to the responsible offeror whose quotation, conforming to the Solicitation as provided herein, is lowest in price; FAR 52.212-3, Offeror Representations and Certifications; 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: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1, Buy American Act-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/. Telephone requests for copies of FAR Provisions and Clauses will not be accepted. Quotations must contain the following: 1) Pricing; 2) product literature and/or technical specifications and 3) Completed and signed copy of FAR 52.212-3, Offeror Representations and Certifications. All responsible offerors may fax quotations to (202) 406-6801, ATTN: Donita Hood, voice (202) 406-6790 to be received no later than April 8, 2003, 3:00 PM Local Time. Quotations delivered by UPS, FedEx, or Courier must be addressed to: U.S. Secret Service, Attn: Procurement Division ? Donita Hood, 950 H St., NW, Washington, DC 20223. Quotations delivered by the U.S. Postal Service (USPS) utilizing any USPS method MUST be addressed to: Communications Center - PRO, Attn: Donita Hood, P.O. Box 6500, Springfield, VA 22150. PLEASE NOTE: Deliveries will not be accepted from USPS at the 950 H St. address.
 
Place of Performance
Address: USSS/TSD, 843 Brightseat Road, Landover, MD
Zip Code: 20785
Country: USA
 
Record
SN00297101-W 20030409/030407213040 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.