Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2003 FBO #0612
MODIFICATION

58 -- Global Positioning System (GPS)Receivers and Accessories

Notice Date
8/1/2003
 
Notice Type
Modification
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
NA1341-03-Q-0644
 
Response Due
8/15/2003
 
Archive Date
8/30/2003
 
Point of Contact
Joni Laster, Purchasing Agent, Phone 301-975-8397, Fax 301-975-8884, - Patrick Staines, Contract Specialist, Phone (301)975-6335, Fax (301)975-8884,
 
E-Mail Address
joni.laster@nist.gov, Patrick.Staines@nist.gov
 
Description
Solicitation Number NA1341-03-Q-0644 is hereby amended to remove the brand name only requirement and allow for quotations for any brand names meeting the salient characteristics as defined within this modification and to extend the due date for quotes to August 15, 2003 @ 3pm EST. All Contractors that have responded to the original solicitation will need to re-submit quotations based on the new specifications as stated herein. ***This is a brand name or equal procurement. Brand name or equal description is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristic of products that will be considered satisfactory to meet the agency requirement.***The National Institute of Standards and Technology (NIST) has a requirement for two (2) Novatel brand DL-4 Global Positioning System Receivers and Accessories or and equivalent brand name. *** Any equivalent brand name quoted shall meet the following salient characteristics: (1) Shall be compatible with the existing Novatel Millennium GPSCard operating within an Applanix POS/LV rover; (2) Each receiver shall be able to operate as base station or rover with minor changes and, (3) The receivers shall have the capability to log data to a removable Compact Flash Card (mass storage card) at 20 Hz.***All interested quoters shall provide a quote for the following line items: Line Item 0001: Two (2) Novatel DL-4-G2-RT2W* - DL-4 enclosure, OEM4-G2-RT2W receiver, L-4 SERIES (TM) Enclosure for adverse conditions featuring data logging capability, LCD display and navigation controls. Includes OEM4 GPS receiver, removable compact flash memory card, power cable (with automotive adapter) and null modem cable or an equivalent brand name; Line Item 0002: Two (2) Novatel GPS-700 - GPS-700 L1/L2, kinematic, zero off-set antennas or an equivalent brand name; Line Item 0003: Two (2) Novatel GPS-ACDL-4 DL-4 only AC/DC transformer 110/220V AC to 4-pin lemo or an equivalent brand name; Line Item 0004: One (1) Novatel GPS-C006 - Antenna cable, 5 meter, TNC-TNC or an equivalent brand name; Line Item 0005: One (1) Novatel GPS-C016 - Antenna cable, 15 meter, TNC-TNC or an equivalent brand name; Line Item 0006: Four (4) FreeWave Technologies FGR-115RC, 902-928 MHz, 115 Kbaud Spread Spectrum wireless data transceiver in enclosure for rugged conditions, 6-30 volts with RS232/RS485 switchable interface or an equivalent brand name; Line Item 0007: Four (4) Radio modem cables between FGR-115RC and Novatel DL-4-G2-RT2W, Novatel 60723066 or equivalent brand name; Line Item 0008: Two (2) RF antennas for FGR-115RC: 5 dB gain, 33? tall omni directional antennas, FreeWave Technologies EAN0905WB or an equivalent brand name; Line Item 0009: Two (2) RF antennas for FGR-115RC: 3 dB gain, 12? tall omni directional antennas, FreeWave Technologies EAN0900WB or an equivalent brand name; Line Item 0010: Two (2) 75 feet (22.9 meter) cables for FreeWave Technologies EAN0905WB or FreeWave Technologies EAN0900WB antennas. FreeWave Technologies ASC0754NN or an equivalent brand name and, Line Item 0011: Two (2) 10 feet (3 meter) cables for FreeWave Technologies EAN0905WB or FreeWave Technologies EAN0900WB antennas. FreeWave Technologies ASC0102NN or an equivalent brand name. **The Contractor shall state the warranty coverage provided for all line items.***Delivery shall be FOB Destination and shall be provided within 90 days from receipt of an order. *** FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. ***Award shall be made to the offeror whose quote offers the best value to the Government, technical and price considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," and 2) Price. Technical capability shall be more important than price. Evaluation of Technical Capability will be based on the information provided in the quotation. ***Offerors shall include the manufacturer or brand name, make and model of the products, manufacturer sales literature or other product literature which addresses all salient characteristics, which clearly documents that the offered product(s) meet or exceed the specifications stated above and meet the needs of the Government in essentially the same manner as the brand name.***The following clauses apply to this acquisition: 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 including subparagraphs: (13) 52.222-3, Convict Labor; (14) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; (16) 52-222-26, Equal Opportunity; (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (18) 52.222-36, Affirmative Action for Workers with Disabilities; (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (21) (ii) 52.225-3 Alternate I, Buy American Act ? North American Free Trade Agreement-Israeli Trade Act-Balance of Payment Program-Supplies; (24) 52.225-13 Restriction on Certain Foreign Purchases and (30) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm.***All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses all line items; 2) Two (2) Originals of the Technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); and 5) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.arnet.gov/far. ***All quotes should be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Joni L. Laster, Building 301, Room B129, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. ***Submission shall be received by 3:00 p.m. local time (EST) on August 15, 2003. All questions or concerns regarding this solicitation should be addressed in writing (via e-mail) to the Purchasing Agent @ joni.laster@nist.gov. Faxed/Electronic (e-mail) quotes will not be accepted.***
 
Place of Performance
Address: 100 Bureau Drive,, Gaithersburg, Maryland
Zip Code: 20899
Country: USA
 
Record
SN00389677-W 20030803/030801213348 (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.