|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 9,1998 PSA#2028Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 67 -- LENS AND TRIPODS SOL N00244-98-Q-0116 DUE 022098 POC Contracting
Officer (619) 532-2892 FAX (619) 532-2347 WEB: Click here to obtain
more information regarding FISC San Diego, http://www.sd.fisc.navy.mil.
E-MAIL: Click here to contact the Contracting Officer via e-mail,
joan_balazs@fmso.navy.mil. This is a combined synopsis-/-solicitation
for a commercial item prepared in accordance with the Federal
Acquisition Regulation (FAR) Part 12.6 as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation; proposals are being requested and THERE WILL BE NO
WRITTEN REQUEST FOR QUOTATION ISSUED. The solicitation number for this
Request for Quotation is N00244-98-Q-0116. This solicitation and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 47. This solicitation is issued on an unrestricted
basis, under Standard Industrial Code 3663 with a small business
standard of 750 employees. FISC San Diego has a requirement for the
following items: (1) 10 X 4.8 lens 2X extender (537/637) FUJINON, Part
Number A10X4.8BEVM-28; (2) SYS 40ENG-CF 2/2STG TRPD 645 MILLER
W/MILLER 50 Fluid Head, Part Number 545. The end user has submitted a
Sole Source Justification for the exact equipment and it has been
accepted by the Contracting Officer. No bids on equal will be accepted.
Required delivery is to Fleet Imaging Command Pacific, San Diego CA.
Acceptance shall be at destination. The following provision apply FAR
52.212-1, Instructions to Offers Commercial Items, Addendum to FAR
52.000-1, Paragraph (b) (5) Offers shall provide an express warranty
which at a minimum shall be the same warranty terms, including offers
of extended warranties, offered to the general public. Express
warranties shall be included in the contract. Offerors are required
complete and include a copy of the following provisions with their
proposals: FAR 52.212-3, Offeror Representation and certifications
Commercial Items. Clause FAR 52.212-4 Contract Terms and Conditions
Commercial Items, applies as well as the following addendum clauses;
FAR 52.211-5, New Material, FAR 52.211-7 Other than New Material,
Residual Inventory, and Former Government Surplus Property. The clause
at 52.212-5 Contract Terms and Conditions Required To Implement
Statues or Executive Orders Commercial Item applies with the following
applicable clauses for paragraph (b): FAR 52.222-26 Equal Opportunity;
FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era
Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR
52.222-37 Employment Reports on Special Disabled Veterans and Veterans
of the Vietnam Era, DFAR 252.212-7001 Contract Terms and Conditions
Required to Implement Statutes or Executive Orders Applicable to
Defense Acquisition of Commercial Items, applies with the following
clauses applicable for paragraph (b) DFAR 252.225-7001 Buy American Act
and Balance of Payment Program, and DFAR 252.225-7012 Preference for
Certain Domestic Commodities. Any contract awarded, as a result of this
solicitation will be a DO-rated order certified for national defense
use under the Defense Priorities and Allocations System. The Government
intends to make a single award to the responsible Offeror whose offer
is the most advantageous to the Government considering price and price
related factors. Provision 52.212-2 Evaluation Commercial Items
applies with paragraph (a) completed as follows: Award will be made to
the Offeror that meets the solicitation's minimum criteria for
technical acceptability at the lowest price. To be determined
technically acceptable the Offeror must furnish product literature that
demonstrates the products offered meet all requirements stated in the
above purchase descriptions for Line Items 1and 2. All responsible
Offerors are to submit current pricing, delivery time, payment terms,
cage code, Dunn and Bradstreet number, Tax Identification Number and
all applicable specifications regarding this solicitation. Also
required are copies of applicable commercially published price lists
pertaining to your company's products that meet the specifications.
Quotes must be received no later than 3:00 p.m. PST, February 20, 1998
and will be accepted via FAX (619-532-2347) Attn: Joan Balazs. Please
reference RFQ # N00244-98-Q 0116. No phone calls please. (0035) Loren Data Corp. http://www.ld.com (SYN# 0312 19980209\67-0001.SOL)
67 - Photographic Equipment Index Page
|
|