Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2005 FBO #1353
SOLICITATION NOTICE

67 -- NIR Camera

Notice Date
8/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-05-T-0155
 
Response Due
8/15/2005
 
Archive Date
8/20/2005
 
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; quotations are being requested and a written solicitation will not be issued. Solicitation Number N00421-05-T-0157 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-27 and DCN20050113. The applicable NAICS is 334511 with a small business size standard of 750 employees. The Government intends to solicit and negotiate with authorized distributors of Sensors Unlimited, Inc., 3490 Route 1, Building 12, Princeton, NJ 08540-5914. The Sensors Unlimited camera is the only known item that meets all requirements, to include: weight, size, and infrared (IR) performance criteria. This notice of intent is not a request for competitive quotes offering alternate equipment. However, interested parties may submit a capabilities statement in which they identify their interest and capability. All capabilities statements received by 2:30 PM Eastern Standard Time, 15 August 2005, will be considered by the Government solely for the purpose of determining whether to initiate a competitive procurement. Technical capability will be determined solely on the content and merit of the information submitted in response to this provision. Therefore, it is incumbent on the interested party to provide sufficient technical literature, documentation, etc., in order for the Government to make an adequate technical assessment of the capabilities of the alternate equipment. The Government reserves the right to process the procurement on a sole source basis for the brand name equipment based upon the responses received. The Government will not pay for any information received. The items being acquired under this firm fixed price contract are: Contract Line Item Number (CLIN) 0001 ? InGaAs NIR Camera Model SU320MX-1.7RT (Quantity 2 Each). The contractor shall deliver all items to: Receiving Officer, Supply Dept Bldg 665, 47159 Vaughn Rd. (NASSU), Patuxent River, Md 20670-1614 with an anticipated delivery date of 3 October 2005 This contract is expected to be awarded on 29 August 2005. Inspection and acceptance shall be made at destination, FOB destination. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government?s rights under the Inspection clause, nor does it limit the Government?s rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverables listed in the schedule. FAR 52.212-1 Instructions to Offerors ? Commercial Items (Jan 2005) is incorporated by references and applies to this acquisition. The Government intends to award this contract to the lowest price authorized distributor of Sensors Unlimited Inc, therefore, the provision at 52.212-2 Evaluation ? Commercial Items (Jan 1999) does not apply to this acquisition. The Government will evaluate quotations to determine the price fair and reasonable in accordance with FAR Part 15, before making award. The offeror shall provide backup information verifying the price offered; e.g. a copy of current catalog, invoice for the same equipment, etc. The offeror shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certification - Commercial Items (Jan 2005) with its quotation. FAR 52.212-4 Contract Terms and Conditions ? Commercial Items (Oct 2003) is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items (Jan 2005) is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition: 52.222-3 Convict Labor (Jun 2003); 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2004); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Apr 2002); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13 Restrictions on Certain Foreign Purchases (Dec 2003); 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration (Oct 2003). DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2005) is incorporated by reference, however, for paragraph (b) only the following clauses apply 252.225-7036 Alt I Buy American Act ? Free Trade Agreements ? Balance of Payments Program (Jan 2005); 252.247-7023 Alt III Transportation of Supplies by Sea (May 2002). The DFARS clause at 252.204.7004 Required Central Contractor Registration Alternate A (Nov 2003), and the FAR clause at 52.204-7 Central Contractor Registration (Oct 2003) are incorporated by reference. Offers are due to AIR 2.5, Contracts, Emily Wolff 251729, Bldg 588 S2, NAWCAD, 47253 Whalen Rd Unit 9, Patuxent River, MD 20670-1463, by 2:30 PM Eastern Standard Time, 15 August 2005. All responsible sources may submit a quotation which shall be considered by the agency. For information regarding this solicitation contact Emily Wolff, phone: (301) 757-9784, fax: (301) 757 0200 or email: emily.wolff@navy.mil.
 
Place of Performance
Address: N/A
 
Record
SN00864771-W 20050810/050808212340 (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.