Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2007 FBO #2041
MODIFICATION

66 -- Borescope

Notice Date
6/27/2007
 
Notice Type
Modification
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department Hwy. 547 Attn:B562-3C, Lakehurst, NJ, 08733-5083, UNITED STATES
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-07-T-0040
 
Response Due
7/12/2007
 
Archive Date
7/27/2007
 
Point of Contact
Robert Battaglia, Contract Specialist, Phone 732-323-7535, Fax 732-323-4822, - Maria Betchen, Contract Specialist, Phone (732) 323-4667, Fax (732) 323-7440,
 
E-Mail Address
robert.battaglia@navy.mil, maria.betchen@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Corrections to the Combined Solicitation/synopsis Question: previous versions of this NAVAIR part number 3353AS100-1 contained a flexible lecture scope. The synopsis calls for a rigid lecture scope. Which is required?: Answer: the Navy engineer for this project has responded that either will be acceptable. Additional Information: The response date is now extended till July 12, 2007 in light of this change, All other clauses, provisions, and specifications remain the same. Award will be to the lowest price technically acceptable offeror who meets all the design specifications //// Original notice //// 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; proposals are being requested and a written solicitation will not be issued. This solicitation number N68335-07-T-0040 is issued as a competitive request for quotation (RFQ). We are setting this procurement action as a small business set aside. The NAICS code is 333314. We are soliciting a Flexible Borescope Set, 5 each, NAVAIR part number 3353AS100-1 or equivalent. The borescope set consists of a flexible borescope, a rigid lecture scope and a 35mm Single Lens Reflex (SLR) camera adapter. Equipment supplied with the Borescope Set is a carrying case and an Accommodation Lens that reduces the image to 1/3 of original size. Equipment used with the borescope set but not supplied is a light source set, NAVAIR part number 3358AS100-1, a universal sight source. The flexscope has a remotely controlled objective (distal) end that is focused and directed from the hand held eyepiece. Illumination of the object is provided through a light pipe from the light source. An eyepiece focus is provided that accommodates for differences in operator's eyes. The flexscope has two objective scanning controls located on the body. One is for scanning 90 degrees up and down and the other for 120 degrees left or right. The camera adapter is used to adapt a 35mm SLR camera body to the flexscope. The camera adapter with 9.2 FL lens, attaches to the eyepiece in place of the eyeguard adapter. Camera body must have an individualized bayonet or threaded type adapter ring. The lecture scope attaches to the eyepiece on the flexscope when it is required to have two persons observe a given condition. Eyepieces on the lecture scope have adjustable focus. The Carrying Case contains a foam insert, with cut-outs for the various assemblies contained in the set. The case will have an air valve located on the top exterior. The lecture scope is 36 inches. The Flexible Borescope has a 70 inch working length right angle viewing, and a working diameter of 7.5mm. The field of view is 50 +- 5 degrees. Direction of view is direct view with focus 0.2 inches to infinity. Diopter Range is -8D to +6D. System resolution shall be 4.0 lines per millimeter at one inch, with Magnification at 1:1 at one inch +- 20%. The Camera adapter will have the effective focal length equal to 9-3/16 inches. The Lecture scope should be 36 inches long, and 1-1/4 in diameter with a magnification factor of 1:1. All items shall be preserved, packaged, packed, and marked in accordance with best commercial practices. Delivery is prior to 26 October 2007 with earlier delivery desired. Contract award should be prior to June 30 2007. FOB Destination. Borescope sets will be shipped to N68335, NAWCAD LKE HWY 547 BLDG 195 (HANGAR 6), LAKEHURST NJ 08733. Inspection and Acceptance will be on receipt at destination. All quotations will be evaluated on a strict pass/fail basis, and a purchase order awarded to the lowest priced, technically acceptable offeror. The following Clauses and Provisions will apply to this procurement. Complete text is available at http://farsite.hill.af.mil/vffar1.htm. You are encouraged to visit the FAR web site and familiarize yourself with these requirements. FAR 52.212-1 Instructions to Offerors - Commercial Items: Offeror is also to provide their TERMS OF COMMERCIAL WARRANTY. Please include a brief statement that a warranty exists, the substance fo the warranty, the duration, and claim procedures. Durationi shouold be for a minimum of 1 year. Also include past sales history for the same or similar items. For example: the number of units sold, customer sold to, point of contact, previous Government contracts. Descriptive Literature must be furnished as part of the offer. The literature is required to establish, for the purpose of evaluation and award, details of the product the offeror proposes to furnish. Technical acceptability will be based on comparison between the descriptive literature and the Statement of Work stated above. FAR 52.212-2, Evaluation - Commercial Items is incorporated by reference. Addendum 52.212-2 Para (a): Award will be made to the lowest priced, technically acceptable offeror. Offers will be evaluated on a strict pass/fail basis. FAR 52.212-3, THIS CLAUSE FORM MUST BE COMPLETED AND SUBMITTED WITH QUOTATION. Offeror Representations and Certifications - Commercial Items Offerors shall include a completed copy of the provision at, and DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995) with its offer. FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated by reference. The resulting contract will be firm fixed price (FFP). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items is incorporated in this contract by reference; the following provisions apply: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; Additional Provisions and Clauses that apply: 252.246-7000, Material Inspection And Receiving Report, MAR 2003 52.247-34, F.O.B. Destination, NOV 1991 5252.232-9511 NOTICE OF REQUIREMENTS FOR PROMPT PAYMENT (NAVAIR) (MAR 2006) 5252.232-9513 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (NOV 2006) 5252.211-9502 GOVERNMENT INSTALLATION WORK SCHEDULE (NAVAIR)(OCT 2005) 52.219-6, Notice Of Total Small Business Set-Aside, JUN 2003 52.222-19, Child Labor -- Cooperation with Authorities and Remedies, JAN 2006 52.225-13, Restrictions on Certain Foreign Purchases, FEB 2006 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration, OCT 2003 52.233-3, Protest After Award, AUG 1996 252.204-7003, Control Of Government Personnel Work Product, JUN 2005 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A, NOV 2003 252.211-7003, Item Identification and Valuation, JUN 2005 252.225-7001, Buy American Act And Balance Of Payments Program, JUN 2005 252.225-7036 Alt I, Buy American--Free Trade Agreement--Balance of Payments Program Alternate 1 , OCT 2006 252.232-7003, Electronic Submission of Payment Requests, MAR 2007 252.232-7010, Levies on Contract Payments, DEC 2006 252.243-7001, Pricing Of Contract Modifications, DEC 1991 52.233-4, APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) 252.204-7006, BILLING INSTRUCTIONS (OCT 2005) 252.212-7001, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (MAR 2007)(DEVIATION) 5252.204-9504, DISCLOSURE OF CONTRACT INFORMATION (JAN 2007) 52.225-18, Place of Manufacture, SEP 2006 52.222-18, CERTIFICATION REGARDING KNOWLEDGE OF CHILD LABOR FOR LISTED END PRODUCTS (FEB 2001) 252.225-7000, BUY AMERICAN ACT--BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2005) 252.225-7035, BUY AMERICAN ACT-- FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM CERTIFICATE (OCT 2006) - ALT I (OCT 2006) The RFQ is due by June 7, 2007. at the Naval Air Warfare Center Aircraft Division Lakehurst, Attn: Code 25222RB, Robert Battaglia, Hwy 547, Bldg. 562-1, Lakehurst, NJ 08733-5082. Offerors must acquaint themselves with the new regulations concerning Commercial Item Acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation. Name and telephone number of individual to contact for information regarding the solicitation: Robert Battaglia, (732) 323-7535, fax (732) 323-4822, e-mail: robert.battaglia@navy.mil. This Combined Synopsis/Solicitation will be posted on the NAVAIR homepage located at http://www.navair.navy.mil. Select ?Business? then ?Doing Business With Us? and ?Open Solicitations.? Hard copies of this Combined Synopsis/Solicitation and Amendments will NOT be mailed to the contractors. The Government will not accept electronic proposals. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-JUN-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-07-T-0040/listing.html)
 
Place of Performance
Address: Delivered to HWY 547, Bldg 562-3C Lakehurst, NJ
Zip Code: 08733
Country: UNITED STATES
 
Record
SN01329822-F 20070629/070628034719 (fbodaily.com)
 
Source
FedBizOpps 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.