Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2008 FBO #2474
SOLICITATION NOTICE

52 -- Theodolite Surveying Instruments

Notice Date
9/2/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, US Army C-E LCMC Acquisition Center - DAAB07, US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-08-R-W207
 
Response Due
9/5/2008
 
Archive Date
11/4/2008
 
Point of Contact
Matthew.Ginty, 732-532-5562<br />
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for COMMERCIAL ITEMS prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The contract shall be awarded as a Firm Fixed Price type contract. This announcement constitutes the solicitation: quotes are being requested and a written solicitation will not be issued. The solicitation number is W15P7T-08-R-W207 and is issued as a Request for Quote (RFQ). The Logistics Readiness Center (LRC), of the Communications Electronics Life Cycle Management Command (CECOM LCMC), Fort Monmouth, NJ, is seeking to fulfill the immediate need for Theodolite Surveying Instruments, NSN 6675-01-563-3841, in support of Operational Iraqi Freedom (OIF), Operation Enduring Freedom (OEF) and Global War on Terrorism (GWOT). The proposed action is for Theodolite Surveying Instruments in the following configurations: 350 auto reading, digital direction-type, capable of 5-second accuracy, and capable of displaying readings in seconds and mils. The Theodolite telescope shall have a 30-power lens, display an erect image, have a 2-second arc or lower (for minimal lighting), short minimal focus distance (2.3 feet), stadia multiplier constant of 100, a back-lit Liquid Crystal Display (LCD) optical plummet with a 3 power, 5 degree and 1.6 feet focus range, and built-in reticle illumination to improve visibility in a dim situation. The Theodolite must include the telescope, horizontal and vertical circles, circle reading systems, leveling device, integral illumination system, and tri-branch. The tri-branch shall consist of the leveling screws, leveling bubble, base plate, and a device for locking the alidade assembly. It shall be furnished with a Theodolite carrying case and a rain cover. The case shall contain a desiccant adequate to the size of the container and provide for storage of ancillary items and weigh no more than 9 lbs. A lightweight, flexible and waterproof cover shall be furnished to protect the Theodolite from rain and dust. The horizontal and vertical index shall be controlled by a self-indexing device. When the vertical circle in the direct position reads 90 degrees, or 1600 mils, the telescope shall be horizontal. The panel shall contain all function keys and an alpha-numeric display unit. All keys and receptacles shall be clearly identified according to their function. In order to be considered responsive an offeror must meet the following Requirements: 1) The display panel shall be able to display required 5-second accuracies. The instrument shall be equipped with a leveling capability, which allows the instrument to be setup and operated at the required 5-second accuracies and contain built-in protection against reverse polarity from the power source, including a battery compartment that precludes improper battery insertion. 2) The instrument shall have a battery life indicator, use standard AA alkaline batteries as its primary power source and run for a minimum of 48 hours of continuous use 3) The instrument (without carrying case) shall not weigh more than 10 lbs. 4) The instrument shall operate in the ambient temperature of -20 C to 50 C. 5) The instrument shall be of all-weather construction, light-weight, rugged and reliable, having an International Protection (IP) Rating of IP-56. 5 = Protected against dust - Limited to ingress (no harmful deposit). 6 = Protected against strong jets of water from all directions - Limited to ingress permitted. 6) The instrument offered shall be of the latest model of the standard product of the supplier. 7) Each item delivered under contract, along with each assembly, sub assembly, and module, shall be legibly marked with the appropriate part number and manufacturers identification. Hardware such as screws, nuts, bolts, etc., need not be marked. This requirement should be entirely met by the contractors standard commercial marking. 8) The required delivery schedule for the instruments is 50 units each 30 days After Receipt of Order (ARO) for 7 months to the Defense Distribution Depot Susquehanna, PA (DDSP). Early delivery is encouraged and accepted at no additional cost to the Government. 9) An offeror must submit a catalog supporting prices quoted to the Government as well as any discounts offered. The small size standard is for number of employees below 750 for the North American Industry Classification System (NAICS) Code 334511. Shipments are to be FOB Destination. Ship to Address is the following: Defense Distribution Dept Attn: Transportation Officer 2001 Normandy Drive Door 113-134 New Cumberland, PA 17070-5002 DODAAC: W25G1U Packaging and Packing shall be in accordance with Standard Practice for Commercial Packaging (ASTM D 3951-98). PROVISIONS AND CLAUSES applicable to this acquisition are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2005); FAR 52.212-3, Alt 1, Offerors Representations and Certifications, Commercial Items; Offerors shall complete this information in accordance with the instructions included in the FAR and submit with the quote. FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2003); FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JULY 2005), for paragraph (b) the following clauses apply: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), 52.219-14, Limitation on Subcontracting (Dec 1996) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor Cooperation with Authorities and Remedies (Jan 2006) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) 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 (Sept 2006) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) 52.225-5, Trade Agreements (Nov 2006) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUNE 2005), for Paragraph (b) the following clauses apply: 252.225-7001, 252.227-7015, 252.227-7037, 252.232-7003, 252.243-7002, 252.247-7023; FAR 52.227-01, Authorization and Consent (JULY 1995); FAR 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement (AUG 1996); FAR 52.227-3, Patent Indemnity (APR 1984); FAR 52.227-6, Royalty Information (APR 1984); FAR 52.227-9, Refund of Royalties (APR 1984); DFAR 252.227-7015, Technical Data Commercial Items (NOV 1995); DFAR 252.227-7030, Technical Data Withholding of Payment (MAR 2000); DFAR 252.227-7016 Rights in Bid or Proposal Information DFAR 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999); DFAR 252.227-7017 Identification and Assertion of Use, Release or Disclosure Restrictions DFAR 252.227-7019 Validation of Asserted Restrictions-Computer Software DFAR 252.227-7026 Deferred Delivery of Technical Data or Computer Software DFAR 252.227-7027 Deferred Ordering of Technical Data or Computer Software DFAR 252.227-7028 Technical Data or Computer Software Previously Delivered To the Government DFAR 252.227-7030 Technical Data-Withholding of Payment DFAR 252.227-7037 Validation of Restrictive Markings of Technical Data FAR 52.242-15, Stop-Work Order (AUG 1989) DFAR 252.204-7000 Disclosure of Information DFAR 252.211.7003 Item Identification and Valuation DFAR 252.217-7026, Identification of Source of Supply DFAR 252.211-7006 Radio Frequency Identification FAR 52.223-11, Ozone-Depleting Substances FAR 52.247-34 FOB Destination FAR 52.247-48 FOB Destination Evidence of Shipment The following clauses are local Communication-Electronics Life Cycle Management Command (C-E LCMC) clauses and all interested parties shall request a copy from the Contract Specialist; 52.7037 Packing Waivers or Deviations 52.7041 Conditions for Acceptability of Alternate Commercial Packaging 52.7043, Standard Practice for Commercial Packaging 52.7050, Administrative Data/Instructions to the Paying Office 52.7055, Mandatory Use of Government to Government Electronic Mail, 52.6110, Mandatory Use of Contractor to Government Electronic Mail, 52.7027 Place of Performance and Shipping Point 52.6076, Army Electronic Invoicing 52.0851, Central Contractor Registration FULL TEXT OF THESE PROVISIONS AND CLAUSES, WITH NOTED EXCEPTION REGARDING LOCAL CLAUSES, MAY BE OBTAINED BY ACCESSING ANY OF THE FOLLOWING INTERNET WEBSITES: http://www.acq.osd.mil/dpap/dars/dfars/index.htm or http://www.acqnet.gov/far/. Basis of Award The Government intends to award to the responsible and responsive Offeror who submits the lowest price technically acceptable offer. The Government intends to make award to the offeror who submits the lowest price, technically acceptable offer for the 350 Theodolite Surveying Instruments. The Contracting Officer reserves the right to make no award under this RFQ. The Contracting Officer reserves the right to award to multiple contractors. These items are in support of the WARFIGHTER; therefore, quotes are to be received no later than September 5th, 2008 by 3:00pm EDT. The US Army CECOM has established the IBOP website as part of the Armys Single Face to Industry, to allow electronic posting of Solicitation for Request for Proposals (RFPs), Request for Quotations (RFQs), and Invitations for Bids (IFBs) from CECOM to industry. All parties interested in doing business with CECOM are invited to access, operate, send and receive information from the IBOP at http://abop.monmouth.army.mil http://abop.monmouth.army.mil/. A copy of this synopsis/solicitation has been posted on the IBOP website under Solicitation Number W15P7T-08-R-W207. All quotes and supporting documentation shall be submitted through the IBOP website before the due date and time listed above. The Point of Contact for this action is, Ankur Patel, Contract Specialist, 732-532-4847, ankur.patel1@us.army.mil. Please contact with any questions.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3e416ea75353c47c342d06e2d4c2e70d&tab=core&_cview=1)
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ<br />
Zip Code: 07703-5008<br />
 
Record
SN01657194-W 20080904/080902221216-f6ef9f6b04f3ea0b83ad72ef36110e81 (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.