Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2003 FBO #0561
SOLICITATION NOTICE

67 -- IMAGESETTER

Notice Date
6/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department Hwy. 547 Attn:B562-1, Lakehurst, NJ, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-03-T-0016
 
Response Due
7/14/2003
 
Archive Date
7/29/2003
 
Point of Contact
Deborah Dewyea, Contract Specialist, Phone 732-323-7068, Fax 732-323-7192, - Daniel McClure, Contracting Officer, Phone 732-323-2801, Fax 732-323-2359,
 
E-Mail Address
deborah.dewyea@navy.mil, daniel.mcclure@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Naval Air Warfare Center, Lakehurst NJ, Contracts Department intends to procure a chemical-free imagesetter. 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; proposals are being requested and a WRITTEN SOLICITATION WILL NOT be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP).Solicitation Number N68335-xxxxx is issued as a Request for Proposal. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-13and Defense Acquisition Circular 91-13. SCHEDULE OF ITEMS: Item 0001 (2 each) Imagesetter, name brand or equal to the Liberator Model XE 1812. distributed by OYO Instruments LP. GENERAL DESCRIPTION WITH MINIMUM REQUIREMENTS: The imagesetter must be chemical-free (e.g. no fixers, developers, inks or toners required) and shall not require a dark room, special ventilation or a processor. The imagesetter shall be able to plot graphics of 17.9? in width or wider with lengths varying as short as 3? to as long as 36?. The imagesetter shall plot positive or negative graphics on a film media compatible for use in photofoil etching process. The imagesetter shall be able to use paper or similar inexpensive media for proofing an image prior to plotting on film media. Imagesetter film and paper media should come in rolls which the operator will have the option to have the imagesetter automatically cut once the graphic is plotted or manually press appropriate buttons on the imagesetter control panel to cut the media. The imagesetter?s best plot image resolution shall be 1200 x 1200 dpi or higher resolution. Film image optical density shall be 4.0 typical for UV light or better. Plotting speed shall be equal to or faster than 6.0 per inch length for a plotted image 17.9 or wider at a 600x600 dpi resolution and 3.0? inches per length or faster for a similarly wide image at 1200x1200 dpi. Imagesetter shall be able to run off of 115 VAC 60 Hz and dimensionally fit within 17? high x 35? width and 27? depth. Imagesetter shall be compatible with a Macintosh based network. Item 0002 (2 each) nominal 18? wide 200 foot long film media Item 0003 (1 each) nominal 18? wide 200 foot long proofing paper media Item 0004 (1 each) Standard on-site training for basic operation and installation of equipment. PRESERVATION, PACKAGING AND MARKING: Standard Commercial Practice. DELIVERY TERMS: Shall Be FOB DESTINATION to the following addresses: Deliver two each of item 0001, two each of item 0002, one each of item 0003, and one each of item 0004: NAVAIR Weapons Division / 1 Administration Circle / TID Exhibits and Awards / Code 725000D / Bldg. 00052 /China Lake, CA 93555/ Mark for POC: Ron Rodriguez 760-939-2671. The government will award to the responsible offeror whose offer represents the best value to the government. In order to determine the best value the government will consider the price, past performance, past experience (regarding training on the use of similar type imagesetters), and technical capability of the item offered to meet the government requirement. In order to make a best value determination, descriptive literature must be submitted in response to this request for quotation and shall include the following: Technical description and performance qualities of the offered unit, including manufacturer or brand name and model of the equipment. Submittal shall show how the offered product meets or exceeds the requirements as specified in the solicitation. The technical description must address all aspects of the imagesetter (see description of item 0001). If an area is not addressed, the company must submit a written substantive statement describing such area, and noting any exceptions. Past performance data shall be submitted that includes the following information on at least the last three (3) sales of identical, or similar items:(A) Customer, including company name, address, and name and telephone number of point of contact. (B) Contract or sales record number, and date of order. (C) Number and type of items sold, including model number(s). Past experience data shall include the following: List at least two (2) instances of training on the use of similar types of imagesetter. Include the make and model number of the item being demonstrated, the customer name, address, and telephone number, and the date training took place. After considering information submitted in response to this request for proposal, and information otherwise available, the government will award to the source providing the best value to the government based upon the following criteria: 1) Technical Description, including performance requirements; 2) Past Performance; 3) Past Experience, and 4) Price. Offerors with no past performance will be rated neutrally (Offeror receives no merit or demerit for the past performance factor). CONTRACT CLAUSES: All Provisions and Clauses may be viewed from the internet site http://www.ARNet.gov/far. FAR 52.212-1, Instructions to Offerors--Commercial Items (March 2000) applies to this acquisition. Paragraph (b) Submission of Offers (1) through (11), (c) Period for acceptance of offers, (e) Multiple offers, (f) Late offers, (g) Contract award and (J) Data Universal Numbering System (DUNS) Number are applicable. Disregard paragraphs (a) Standard industrial classification (SIC) code and small business size standard (d) Product samples, (h) Multiple awards and (i) Availability of requirements documents cited in the solicitation. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (February 2000) - Offerors shall include a completed copy of this provision with its offer. FAR 52.212-4 Contract Terms and Conditions, Commercial Items (May 1999) is incorporated by reference and applies to this acquisition and resulting contract. ADDENDUM TO 52.212-4: Contract Type: The resulting contract will be firm fixed price (FFP). INSPECTION/ACCEPTANCE: Government inspection and acceptance of the supplies to be furnished shall be made at destination by representatives of the Government. Inspection shall consist of kind, count and condition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (February, 2000) is incorporated in this contract by reference. However, for Paragraph (b) only the following clauses apply to this acquisition: (1) 52.203-6, (5) 52.219-8, (8) (i) 52.219-23, (11) 52.222-21, (12) 52.222-26, (13) 52.222.35, (14) 52.222-36, (15) 52.222-37, and (22) 52.232-33. DFAR 252.212-7000 - OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (NOV 1995) - Offeror shall include a completed copy of the provisions with its offer. DFAR 252.212.7001 - CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JAN 1999) Paragraph (a) and (b) 252.225-7012, 252.225-7036 and 252.243-7002. ADDENDUM: DFAR 252.225-7035 - BUY AMERICAN ACT - NORTH AMERICAN FREE TRADE AGREEMENT IMPLEMENTATION ACT - BALANCE OF PAYMENTS PROGRAM CERTIFICATE (MAR 1998), DFAR 252.204-7004 - REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR 1998), DFAR 252.225-7017 - PROHIBITION ON AWARD TO COMPANIES OWNED BY THE PEOPLE'S REPUBLIC OF CHINA (FEB 1999). OFFERORS SHALL INCLUDE COMPLETED COPIES OF FAR 52.212-3 AND DFAR 252.212-7000. 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; quotations are being requested and a written solicitation will not be issued. SOLICITATION NO. N68335- IS APPLICABLE. ALL QUOTATIONS MUST BE RECEIVED BY 14-JUL-2003 , 4:00 PM. THE POINT OF CONTACT IS DEBBIE DEWYEA (732) 323-7068 OR FACSIMILE 732) 323-7192 CITE: (W-252 SN378387)The following information is also required: Name and address of company, Point of Contact & phone number, Business Size, Payment Terms, Tax Id Number, Duns Number, Cage Code, Delivery Time, and are you CCR Registered or not.(Central Contract Registration).
 
Record
SN00344850-W 20030613/030611213703 (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.