Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2005 FBO #1383
SOLICITATION NOTICE

A -- Medium Power Laser Illuminator

Notice Date
9/7/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
M67854 Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785405Q9085
 
Response Due
9/22/2005
 
Archive Date
9/23/2005
 
Description
This requirement is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. Marine Corps Systems Command, on behalf of the Marine Corps Warfighting Laboratory has a requirement for Medium Power Laser Illuminators that will function with the unique specifications required by the Marine Corps and that supports current Tactics Techniques and Procedures Training. The Medium Power Laser Illuminator is a hand-held, battery operated, IR laser pointer designed to illuminate and mark targets for night-vision capable aircraft and supporting arms to deployed USMC operational forces throughout the globe. In addition, the equipment purchased must be laser safety certified in accordance with the Marine Corps safety requirements as approved by the Naval Laser Safety Review Board. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number for this requirement is M67854-05-Q-9085. This combined synopsis/solicitation incorporates the provisions and clauses in effect through Federal Acquisition Circular 2005-03. This is 100% set aside for small business. The applicable NAICS ! Code for this requirement is 332995 with a size standard of 500 employees. The following requirement is: CLIN 0001: Eleven (11) Medium Power Laser Illuminators, to include Manuals. The characteristics for the illuminators currently being utilized by the Marine Corps are: (1) Weight: 12 oz , (2) Size: 10 in x 3 in x 3 in, (3) Wavelength: 850 - 870 nm, (4) Beam Divergence: Min: 1m at 1000 m (1 mrad), Max: 3 degrees, (5) Power Output: Low: 100 mW, High: 600 - 800 mW, (6) Laser Class: 4, (6) Range: 2200 m, km for aircraft, (7) Battery: (6) AA or (3) DL 123 Lithium. FOB Destination: Marine Corps Warfighting Laboratory, Attn: Jeanne Pierson/Capt. Ryan McDonel, 3087 Roan St., Quantico, VA 22134. Inspection and Acceptance at Destination. Items shall be shipped in accordance with commercial standards. The required delivery date is no later than 01 November 2005. The following provisions apply to this solicitation, 52.212-1 Instructions to Offerors. Commercial Items, and 252.! 225-7035 Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate with their quote. Following are additional FAR and DFAR Clauses applicable to this acquisition: 52.204-7 Central Contractor Registration, Clause 52.204-6 Data Universal Number (DUNs) Number, Clause 52.212-4 Contract Terms and Conditions-Commercial items. Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. The following FAR clauses cited in this clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402, 52.222-3, Convict Labor, 52.222-19 Child labor-Cooperation w/Authorities & Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilit! ies, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.225-13 Restriction on Certain Foreign Purchases, 52.225-15 Sanctioned European Union Country End Products, 52.232-33 Payment by EFT-CCR. DFAR Clause 252.212-7001 Contract Terms and Conditions required to Implement Statues or Executive Order Applicable to Defense Acquisition of Commercial Items applies to this acquisition. The following DFAR clauses cited below are applicable to this acquisition: 52.203-3 Gratuities (Apr 1984)(10 U.S.C. 2207), 252.225-7036 Buy American Act ? Free Trade Agreement - Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests. The following DFAR clauses are incorporated by reference 252.204-7004 Required Central Contractor Registration. The following DFAR provisions are incorporated by reference 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.225-7035 Buy American Act ? Free Trade Agree! ments - Balance of Payments Program Certificate. Commercial Simplified Procedures shall be used for this procurement. Firms interested in submitting quotes must (1) complete the pricing; providing unit prices and extended pricing, (2) complete all representations and certifications found in the required clauses, vendor is required to be registered in the DoD Central Contractor Registration database (http://www.ccr.gov). Any questions should be submitted in writing via fax number 703-784-1379 or e-mailed to Sandra.k.hughes2@usmc.mil. No contract will be awarded under this procurement at greater than fair and reasonable prices. To access the provision 52.212-3, download the Federal Acquisition Regulations at http://deskbook.dau.mil/jsp/default.jsp. To access the provision 252.225-7006, download the Defense Federal Acquisition Regulation at http://deskbook.dau.mil/jsp/default.jsp. No bidders list will be maintained by this office. No paper copies of this RFQ / amendments wil! l be mailed. Offers submitted on a basis other than F.O.B. Destination shall be considered nonresponsive. IMPORTANT INFORMATION FOR CONTRACTORS: Any award resulting from the solicitation will include DFARS 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act for Fiscal Year 2001 requires any claims for payments (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contract and training will be provided. Information available at not cost is located at http://www.wawftraining.com. Failure to respond to this RFQ and associated amendments prior to the date and time set for receipt of quotes may render your offer nonresponsive and result in rejection of the same. Quotes/Offers are due no later than 22 September 2005, 12 Noon Eastern Sta! ndard Time. Number Note 1 applies.
 
Record
SN00889529-W 20050909/050908034400 (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.