Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 13,1997 PSA#1866

Department of the Treasury (DY) -- US Customs Service, Field Procurement Svcs. Group, 6026 Lakeside Blvd., Indianapolis IN 46278

63 -- INDEFINITE-DELIVERY/INDEFINITE-QUANTITY (ID/IQ) CONTRACT FOR UNATTENDED GROUND SENSOR SYSTEMS SOL CS-I-97-007 DUE 062597 POC Eva Roberts, 317-298-1180, x1127, Contracting Officer, Lee Sullivan, 317-298-1180, X1119 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquistion Regulation (FAR) 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, CS-I-97-007, is issued as a Request for Proposal, and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 90-46. The standard industrial classification code is 7382, with a small business size standard of $9.0 million. The thirty contract line item numbers (CLIN) will be awarded as an indefinite delivery-indefinite quantity contract for a minimum amount of $260,000 and a maximum amount of $500,000. The thirty (30) CLIN will include various quantities of the Unattended Ground Sensor Systems which will include Mini Intrusion Detection Systems (MIDS) and Enhanced Mini Intrusion Detection Systems ((EMIDS) and accessories. The thirty CLIN are as follows: CLIN 0001, Mini Intrusion Detection System (MIDS), Model #KITI, Part #13D0136D, quantity (3) each; CLIN 0002, Multi Chan Interface, Model MCRD/S, quantity (15) each; CLIN 0003, Mini Hand Plotters, Model MHHP, quantity (6) each; CLIN 0004, Remote Receivers, Model MPDM, quantity, (12) each; CLIN 0005, Transmitters, Model MXMT, quantity (180) each; CLIN 0006, Relays (Repeaters), Model MRLY, quantity (28) each; CLIN 0007, Relay Cap, Model 8CR, quantity (12) each; CLIN 0008, Solar Panel Power, Model SPWR, Part No. 13D0225, quantity (13), each; CLIN 0009, Seismic Heads, Model MSSH, Part No. 13D0463-A, quantity (208) each; CLIN 0010, Passive IR Heads, Model PIRH, quantity (30) each; CLIN 0011, Magnetic Heads, Model MAGH, Part No. 10D0456, quantity (88) each; CLIN 0012, Tree Screws, Part No. 72A0181-1, quantity (12) each; CLIN 0013, Support Stakes, quantity (18) each; CLIN 0014, Carrying Bags, quantity (12) each; CLIN 0015, MMCT-1, Part No. 13D0210, quantity(100) each; CLIN 0016, MMCR-2, Part No. 13D0209, quantity (9) each; CLIN 0017, BWSH, Part No. 10D0367, quantity (14) each; CLIN 0018, BCA, Part No. 22A0591, quantity (15) each; CLIN 0019, MSSH-B, Part No. 13D0163-B, quantity (12) each; CLIN 0020, ANT/TOS, Part No. 56Z0008, quantity (8) each; CLIN 0021, BPA, Part No. 13D0178, quantity (10) each; CLIN 0022, PSEC, Part No. 1300229, quantity (6) each; CLIN 0023, ANT/ROD, Part No. 56Z0021, quantity (15) each; CLIN 0024, ANT/SRO, Part No. 56Z0022, quantity (12) each; CLIN 0025, BCRC, Part No. 10D0230, quantity (12) each; CLIN 0026, BCE, Part No. 10D0678, quantity (12) each; CLIN 0027, BAG/EMI, Part No. 11D0197-1, quantity (6) each; CLIN 0028 ANTW, Part No. 56Z0024, quantity (12) each; CLIN 0029, BWSH, Part No. 10D0367, quantity (14) each; and CLIN 0030, RFPA, Part No. 13D0227, quantity (4) each. The delivery and acceptance point will be U.S. Customs Service, Office of Investigations, 555 East River Road, #300, Tucson, Arizona 85704. Delivery shall be made within 60 days after contract award, or issuance of a delivery order, FOB destination. The period of performance is from the date of award through September 30, 1998. The following FAR clauses and provisions apply: FAR 52.212-1, Instructions to Offerors -- Commercial Items; 52.212-2, Evaluation -- Commercial Items, with the following evaluation criteria; awarded to a technically acceptable, responsible offeror, at fair and reasonable prices; 52.212-3, Offeror Representations and Certifications -- Commercial Items; 52.212-4, Contract Terms and Conditions -- Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial Items, will apply to the resultant contract: 52.203-6, 52.203-10, 52.219-8, 52.222-26, 52.222-35, 52.222-36, 51.222-37, and 52.225-3. All offerors must include a completed copy of FAR 52.212-3 with their response. This acquisition will be acquired sole-source, as authorized under FAR 6.302-1, Only One Responsible Source, 41 USC 253 (c) (1). Because this is a commercial item, FAR 12.603(c)(3)(ii) will be used for establishing the solicitation response time, rather than the time established in note 22, which in this instance, is not applicable to this commercial acquisition. Offers are due to the Contracting Officer June 25, 1997, 4 p.m., (local time) at the U.S. Customs Service, Field Procurement Services Group, 6026 Lakeside Boulevard, Indianapolis, Indiana, 46278. The following clause is added to the solicitation by addenda, TAPR 1046.672, Inspection Acceptance, and Receiving Reports. All responsible sources may submit an offer which will be considered. (0162)

Loren Data Corp. http://www.ld.com (SYN# 0306 19970613\63-0001.SOL)


63 - Alarm, Signal and Security Detection Systems Index Page