Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2010 FBO #3043
MODIFICATION

10 -- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR THE COMMERICAL TS02 TOTAL STATIONS AND ACCESSORIES.

Notice Date
3/23/2010
 
Notice Type
Modification/Amendment
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
TACOM Contracting Center - Rock Island (TACOM-CC), ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
W52H09-10-T-0146
 
Response Due
3/29/2010
 
Archive Date
5/28/2010
 
Point of Contact
stevensb, 309-782-2374
 
E-Mail Address
TACOM Contracting Center - Rock Island (TACOM-CC)
(brandon.k.stevens1@conus.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THE CLOSING DATE FOR THE BELOW COMBINED SYNOPSIS/SOLICITATION ORIGINALLY POSTED ON 03 MAR 2010 FOR THE TS02 TOTAL STATION AND ACCESSORIES IS HEREBY EXTENDED FROM 22 MAR 2010 TO 29 MAR 2010. 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 W52H09-10-T-0146; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-38, effective 10 December 2009. This RFQ is issued as a Full and Open Competition and will result in one contract award. This RFQ is issued using Simplified Acquisition Procedures pursuant to FAR Part 13. This requirement is for the procurement of TS02 Total Stations and Accessories used for bore sight/alignment, tracking plumb, target alignment, verifying distant aiming points, and other uses in verifying the accuracy of the M777 and M119 Howitzers and Fire Control used on towed artillery. These items can also be used to verify the accuracy of the aiming circle in support of the M119/M777 Howitzer programs. The Government reserves the right to issue split awards. Contractors can quote on one or more items in the solicitation and will be considered on the basis of each item quoted. This RFQ is for the following: CLIN 0001. Total Station Brand name or equal to Leica TS02 Ultra Flexline Total Station Part Number 6003884 4 Each Consists of: TS02 Ultra, 5 (1.5 mgon) - 7 (2 mgon) total station, extended-range EDM, 1 standard keyboard, user manual and container. GTS24-2nd keyboard, simple numeric standard keyboard for TS02 instruments, for telescope position 2, fitted. Tribrach GDF111-1 Basic, without Optical Plummet, color: pale green. GEB221, Lithium-Ion Battery, 7.4 Volt/4.4Ah, chargeable. GKL211, Charger Basic, for Lithium-Ion batteries GEB221 and GEB211, car adapter cable and net adapter included. Arctic Option for TS02 Modified and Tested at -35 degrees Celsius. Part Number 766274. Software must be compatible with Flex Office Standard Software, basic functionality for Flex Line Instruments, Flex Office CD ROM. GEV189 Data Transfer cable, Lemo to USB Connector (including USB electronics), included on CD. Connects TPS 1200+/DNA to PC for data transfer. PC Driver and user manual 2.0m. Part number 734700. CLIN 0002. Tripod, with rotatable head 36 76 Brand name or equal to Gilbralter or Hercules Quickset Part Number 4-63120-6A, or 4-53021-NLK 4 each Description: Load Capacity- 150 lb Foot Plate- 4 to 6 dia, Self Leveling w/ 5/8 hole for spiking Weight- 20 to 35lbs Max Height at least 65 inches Min Height 33.5 inches or less CLIN 0003. Precision Slide/ Lateral Adjuster 5/8 top, 3.5 base Brand name or equal to Kara Part Number 39-1806 4 each Description: Resolution: 1 micro-meter Readability: 10 micro-meters Straightness: Better than 2x10-4 radians Range: 40 mm Smallest Interval: 0.01 mm/0.001 Opening: 50 mm Consists of: 39-1810 Lateral Adjuster 39-1810-1 5/8 Adapter Top 39-1810-3 3-1/2 Adapter Base Inspection and Acceptance will be at Origin and Delivery at FOB Destination. Earlier deliveries are acceptable at no additional cost to the Government. Production quantities are due 60 days after receipt of award. SHIP TO: DODAAC - W52H09 ATTN: Ricky Ullrick US Army TACOM RI AMSTA-LCG-GFTC Bldg 110 Basement Optics Lab MOP Shop Rock Island Arsenal Rock Island, Il 61299 52.211-4503 Packaging Requirements (COMMERCIAL) The preservation, packing, and marking requirements for the item identified above shall be accomplished in accordance with the performance requirements defined herein. The following Packaging requirements shall apply: Preservation: COMMERCIAL Level of Packing: COMMERCIAL Quantity Per Unit Package: 001 1. Packaging - Preservation, packaging, packing, unitization and marking furnished by the supplier shall provide protection for a minimum of one year, provide for multiple handling, redistribution and shipment by any mode and meet or exceed the following requirements. 1.1 Cleanliness - Items shall be free of dirt and other contaminants which would contribute to the deterioration of the item or which would require cleaning by the customer prior to use. Coatings and preservatives applied to the item for protection are not considered contaminants. 1.2 Preservation - Items susceptible to corrosion or deterioration shall be provided protection by means of preservative coatings, volatile corrosion inhibitors, desiccants, waterproof and/or water vapor proof barriers. 1.3 Cushioning - Items requiring protection from physical and mechanical damage (e.g. fragile, sensitive, material critical) or which could cause physical damage to other items, shall be protected by wrapping, cushioning, pack compartmentalization, or other means to mitigate shock and vibration to prevent damage during handing and shipment. 2. Unit Package. A unit package shall be so designed and constructed that it will contain the contents with no damage to the item(s), and with minimal damage to the unit pack during shipment and storage in the shipping container, and will allow subsequent handling. The outermost component of a unit package shall be a container such as a sealed bag, carton or box. Unit packs shall be designed to have minimum size and weight while retaining the protection required and enhancing standardization. 3. Unit Package Quantity - Unless otherwise specified, the unit package quantity shall be one each part, set, assembly, kit, etc. 4. Intermediate Package - Intermediate packaging is required whenever one or more of the following conditions exists: a. the quantity is over one (1) gross of the same national stock number, b. use enhances handling and inventorying, c. the exterior surfaces of the unit pack is a bag of any type, regardless of size, d. the unit pack is less than 64 cubic inches, e. the weight of the unit pack is under five (5) pounds and no dimension is over twelve (12) inches. Intermediate containers shall be limited to a maximum of 100 unit packs, a net load of 40 pounds, or a maximum volume of 1.5 cubic feet, whichever occurs first. 5. Packing 5.1 Unit packages and intermediate packages meeting the requirements for a shipping container may be utilized as shipping containers. All shipping containers shall be the most cost effective and shall be of minimum cube to contain and protect the items. 5.2 Shipping Containers - The shipping container (including any necessary blocking, bracing, cushioning, or waterproofing) shall comply with the regulations of the carrier used and shall provide safe delivery to the destination at the lowest tariff cost. The shipping container shall be capable of multiple handling, stacking at least ten feet high, and storage under favorable conditions (such as enclosed facilities) for a minimum of one year. 6. Unitization: Shipments of identical items going to the same destination shall be palletized if they have a total cubic displacement of 50 cubic feet or more unless skids or other forklift handling features are included on the containers. Pallet loads must be stable, and to the greatest extent possible, provide a level top for ease of stacking. A palletized load shall be of a size to allow for placement of two loads high and wide in a conveyance. The weight capacity of the pallet must be adequate for the load. The pallet shall be a 40 x 48 inch, 4-way entry pallet although variations may be permitted as dictated by the characteristics of the items being unitized. The load shall be contained in a manner that will permit safe handling during shipment and storage. 7. Marking: 7.1. All unit packages, intermediate packs, exterior shipping containers, and, as applicable, unitized loads shall be marked in accordance with MIL-STD-129, Revision P, Change Notice 4, dated 19 Sep 2007 including bar coding and a MSL label. The contractor is responsible for application of special markings as discussed in the Military Standard regardless of whether specified in the contract or not. Special markings include, but are not limited to, Shelf-life markings, structural markings, and transportation special handling markings. The marking of pilferable and sensitive materiel will not identify the nature of the materiel. Passive RFID tagging is required in all contracts that contain DFARS clause 252.211-7006. Contractors must check the solicitation and/or contract for this clause. For details and most recent information, see http://www.acq.osd.mil/log/rfid/index.htm for the current DoD Suppliers Passive RFID Information Guide and Supplier Implementation Plan. If the item has Unique Item Identifier (UII) markings then the UII needs to be 2D bar coded and applied on the unit package, intermediate and exterior containers, and the unit load. 8. Hazardous Materials (as applicable): 8.1 Hazardous Materials is defined as a substance, or waste which has been determined by the Secretary of Transportation to be capable of posing an unreasonable risk to health, safety, and property when transported in commerce and which has been so designated. (This includes all items listed as hazardous in Titles 29, 40 and 49 CFR and other applicable modal regulations effective at the time of shipment.) 8.2 When applicable, the packaging and marking for hazardous material shall comply with the requirements for the mode of transport and the applicable performance packaging contained in the following documents: --International Air Transport Association (IATA) Dangerous Goods Regulations --International Maritime Dangerous Goods Code (IMDG) --Code of Federal Regulations (CFR) Title 29, Title 40 and Title 49 --Joint Service Regulation AFJMAN24-204/TM38-250/NAVSUPPUB 505/MCO P4030.19/DLAM 4145.3 (for military air shipments). 8.3 If the shipment originates from outside the continental United States, the shipment shall be prepared in accordance with the United Nations Recommendations on the Transport of Dangerous Goods in a manner acceptable to the Competent Authority of the nation of origin and in accordance with regulations of all applicable carriers. 8.4 A Product Material Safety Data Sheets (MSDS) is required to be included with every unit pack and intermediate container and shall be included with the packing list inside the sealed pouch attached to the outside of the package. 9. Heat Treatment and Marking of Wood Packaging Materials: All non-manufactured wood used in packaging shall be heat treated to a core temperature of 56 degrees Celsius for a minimum of 30 minutes. The box/pallet manufacturer and the manufacturer of wood used as inner packaging shall be affiliated with an inspection agency accredited by the board of review of the American Lumber Standard Committee. The box/pallet manufacturer and the manufacturer of wood used as inner packaging shall ensure tractability to the original source of heat treatment. Each box/pallet shall be marked to show the conformance to the International Plant Protection Convention Standard. Boxes/pallets and any wood used as inner packaging made of non-manufactured wood shall be heat-treated. The quality mark shall be placed on both ends of the outer packaging, between the end cleats or end battens; on two sides of the pallet.. Foreign manufacturers shall have the heat treatment of non-manufactured wood products verified in accordance with their National Plant Protection Organizations compliance program. In addition, wood used as dunnage for blocking and bracing, to include ISO containers, shall be ordered with ALSC certified marking for dunnage or the markings may be applied locally at two foot intervals. 10. Quality Assurance: The contractor is responsible for establishing a quality system. Full consideration to examinations, inspections, and tests will be given to ensure the acceptability of the commercial package. 11. SUPPLEMENTAL INSTRUCTIONS: N/A 52.246.4500 TACOM LCMC (RI) Wide Area Workflow-Receipt Acceptance (WAWF-RA) WAWF shall be required for use on any resulting contract associated with this solicitation. Contractors will be required to invoice through WAWF and DCMA will use this system to accept the materials for shipment purposes. (a) To comply with the clauses at 252.246-7000, Material Inspection and Receiving Report, and at 252.232-7003, Electronic Submission of Payment Requests, TACOM LCMC (Rock Island) uses the WAWF-RA Program. Receipts on this order will be processed via WAWF. The contractor is required to register and use WAWF at https://wawf.eb.mil. (b) When prompted to send additional email notifications, add brandon.k.stevens1@us.army.mil. (c) You may use this link for assistance in completing the WAWF documentation: http://www.dfas.mil/contractorpay/electroniccommerce/ECToolBox/CreateCIRR.swf (d) Other WAWF training is available from the WAWF main web site, or directly at: http://www.wawf training. 52.201-4501 Notice about TACOM LCMC (RI) OMBUDSMAN a. We have an Ombudsman Office here at TACOM Contracting Center (Rock Island). Its purpose is to open another channel of communication with TACOM Contracting Center (RI) Contractors. b. If you think that this solicitation: (1) has inappropriate requirements; or (2) needs streamlining; or (3) should be changed, you should first contact the buyer or the (Procurement) Contracting Officer (PCO). c. The buyer's name, phone number and address are on the cover page of this solicitation. d. If the buyer or PCO doesn't respond to the problem to your satisfaction, or if you want to make comments anonymously, you can contact the Ombudsman Office. The address and phone number are: U.S. Army TACOM Contracting Center (Rock Island) ATTN: CCTA-AR (OMBUDSMAN) 1 Rock Island Arsenal Rock Island IL 61299-7630 Phone: (309) 782-3224 Electronic Mail Address: ROCK-OMBUDSMAN@conus.army.mil e. If you contact the Ombudsman, please provide the following information: (1) TACOM Contracting Center (RI) solicitation number; (2) Name of PCO; (3) Problem description; (4) Summary of your discussions with the buyer/PCO The following FAR Clauses are applicable to this solicitation: 52.212-1, Instructions to Offerors Commercial Items 52.212-2, Evaluation of Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: PRICE 52.212-3, Offeror Representations and Certifications Commercial Items 52.212-4, Contract terms and Conditions Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2010) with clauses 52.203-13, 52.222-3, 52.233-4, 52.203-13, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232.33 52.246-15, Certificate of Conformance 52.247-34, F.O.B Destination 52.247-48, F.O.B Destination Evidence of Shipment 52.247-35, F.O.B Destination within Consignees Premises 52.247-4531, Cognizant Transportation Officer 52.204-7, Central Contractor Registration 52.243-1, Changes Fixed Price 52.247-68, Report of Shipment (REPSHIP) 52.249-1, Termination for Convenience of the Government (FIXED-PRICE)(SHORT FORM) 52.252-6, Authorized Deviation in Clauses 52.211-6, Brand Name or Equal The following DFARS Clauses are applicable to this solicitation: 252.232-7003, Electronic Submission of Payment Requests & Receiving Reports 252.212-7000, Offeror Representations and Certifications Commercial Items 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country 252.211-7006, Radio Frequency Identification 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Item (NOV 2009) with clauses 52.203-3 In addition to the above FAR and DFAR Provisions, all offerors must provide contractor identification codes consisting of the Dun and Bradstreet Data Universal Numbering System (DUNS) number and Cage Code. Signed and dated quotes are due by 1530 (3:30 pm Central Time), 22 MAR 2010. All quotes are to be submitted either electronically to the following email address: brandon.k.stevens1@us.army.mil, or faxed to (309) 782-1616, attn: Brandon K. Stevens. PLEASE NOTE: email is the preferred method for receiving quotes. The Point of Contact (POC) for this action is Brandon K. Stevens, Contract Specialist, (309) 782-2374. Contracting Office Address: TACOM Contracting Center - Rock Island (TACOM-CC), ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/15003db1ed2a51e497206bb2ead96194)
 
Place of Performance
Address: TACOM Contracting Center - Rock Island (TACOM-CC) ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
Zip Code: 61299-7630
 
Record
SN02100162-W 20100325/100323235742-15003db1ed2a51e497206bb2ead96194 (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.