Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2004 FBO #0985
SOLICITATION NOTICE

67 -- THERMAL IMAGER, RAYTHEON PALM IR 250D

Notice Date
8/5/2004
 
Notice Type
Solicitation Notice
 
NAICS
443130 — Camera and Photographic Supplies Stores
 
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
04Q-0043
 
Response Due
8/11/2004
 
Archive Date
8/26/2004
 
Point of Contact
Nancy Tsai-Lin, Contract Specialist, Phone (202) 406-6791, Fax (202) 406-6801,
 
E-Mail Address
nancy.tsai@usss.dhs.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. Proposals are being requested and a written solicitation will not be issued. Solicitation number 04Q-0043 is issued as a Request for Proposals (RFP) through Federal Acquisition Circular 01-07. This requirement is a 100% small business set-aside. The NAICS code is: 443130 and the small business size standard is 750 employees or $5 million. The U.S. SECRET SERVICE intends to negotiate for the following equipment: 001) 5 EACH: THERMAL IMAGER, RAYTHEON PALM IR 250D (PT #3261605-7). UNIT MUST INCLUDE 75MM MANUAL FOCUS F1.0 INTERCHANGEABLE LENS (BAYONET STYLE). RECHARGEABLE BATTERY, BATTERY CHARGER, AND MANUAL, HARD CARRYING CASE. 002) 5 EACH: EXTRA RECHARGEABLE BATTERY. 003) 5 EACH: WIDE ANGLE 13MM GERMANIUM MANUAL FOCUS F1.0 LENS. LENS MUST FIT EXISTING RAYTHEON LENS MOUNT. 004) DELIVERY TO LANDOVER, MD 20785. The Government will award a purchase order based on lowest price of responsible offeror for this quote. The following FAR Provisions and Clauses are applicable unless otherwise noted: 52.212-1, Instructions to Offerors-Commercial Items: for evaluation of past performance, the offeror must provide at least three references for contracts/purchase orders of similar products / services. Each reference must include customers name and address, contact person, project name, date of performance, telephone number and contract value for each reference. If business entity establishment is less than three years, provide related experience of key personnel. Past performance shall be valued as acceptable, unacceptable or neutral. 52.212-2, (Addendum) Evaluation-Commercial items; Paragraph (a) is deleted in its entirety and replaced with, The Government intends to award a firm fixed price purchase order to the responsible offeror with acceptable past performance whose quotation is lowest in price and conforms to the specifications provided herein. 52.212-2, is applicable to this solicitation. Offerors are advised to include a completed copy of the provision at 52.212-3, Offer Representations and Certifications- Commercial Items with its offer. 52.212-4, Contract Terms and Conditions- Commercial Items, applies. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, applies to this acquisition. Additionally, the following FAR Clauses cited in 52.212-5 are applicable: 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.222-21, Prohibition of Segregated Facilities: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Actions for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era: 52.225-1, Buy American Act-Balance of Payments Program-Supplies: 52-225-13, Restriction on Certain Foreign Purchases; and 52.232-33, Payment of Electronic Funds Transfer-Central Contractor Registration. These FAR Provisions and Clauses may be accessed via the world wide web at: www.arnet.got/far/. Telephone requests for copies of FAR Provisions and Clauses will not be granted. Quotations must contain pricing for the line items plus complete specifications for any equal of better product to allow evaluation of quotes. Please note: All responsible offerors shall forward quote via FAX (202) 406-6801 or email: ntsai@usss.treas.gov no later than 12:00 PM on Wednesday, AUG. 11, 2004. Selection will be based on lowest price of responsible offeror for this quote. The Government will NOT be responsible for any costs accrued by the vendor in preparation of answering this solicitation.
 
Place of Performance
Address: LANDOVER, MD
Zip Code: 20785
 
Record
SN00637305-W 20040807/040805211634 (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.