|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 7,1997 PSA#1904Fleet and Industrial Supply Center, Norfolk Washington Detachment 901
M.Street, S.E. Bldg. 200 4th Flr., Washington Navy Yard, Washington, DC
203 67 -- PHOTOGRAPH IC EQUIPMENT SOL N00600-97-Q-E165 DUE 081197 POC No
solicitation document will issued. Fax quotations to Small Purchase
Branch at (202) 685-0043. For further information, contact Bernice
Glover, Purchasing Agent on (202)433-3647 reference. T(i.) This is a
COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in
accordance with the format in 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. (ii) This solicitation number
N00600-97-Q-E165 is issued as a Request for Quote (RFQ). (iii.) The
solicitation document and incorporated provisions and clauses are those
in effect through Federal he standard industrial classification code is
6750 and the small business size standard is 500 employees. (v.) A list
of CONTRACT LINE ITEM NUMBER(S) and items are: CLIN 0001: Super Owl
Stabilized Night Vision Camcorder with 750 Upgrade withj the following
NCIS equipment Modification: Canon ES 6000/Dark Invader Super Owl
7050-I/S Super 3rd Generation Kit with Brackets, Pistol Grip, IR Zoom
Laser Illuminator, 75-300MM Lens Optical Transfer Assy, Extra Battery,
Foam Lined LockableCarrying Case, (Quantity 8 Ea.), for the NAVAL
CRIMINAL INVESTIGATIVE SERVICE, Washington, DC This requirement is only
for supplies. (vii.) DELIVERY is to be made FOB Destination to Naval
Criminal Investigative Service: N63285, Bldg. 22, Attn: 26B, 901 M
Street, SE, Washington, DC 20388-5380 by 15 days after effective date
of contract. Acceptance shall be made at destination. (viii) FAR
52.212-1, Instructions to Offers-Commercial Items, is incorporated by
reference and applies to this acquisition. (ix.) FAR 52.212-2,
Evaluation -- Commercial Items, is incorporated by reference and
applies to this acquisition. Para. (a) The following factors shall be
used to evaluate offers: technical capability and price. Technical
capability is approximately equal to price. (x) Offerors SHALL include
a COMPLETED copy of the provision at FAR 52.212-3,
OFFEROR/REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, with it
proposal. (xi) FAR 52.212-4, "Contract Terms and Conditions-Commercial
Items" is incorporated by reference and applies to this acquisition
and resulting contract. The following terms and conditions are added as
an addendum to this clause: Type of contract: The resulting contract
will be firm fixed price FAR52.232-18 Electronic Funds Transfer Payment
(Apr 1984) FAR 52.212-5 Contract Terms and Conditions Required to
Implement Statutes Or Executive Orders-Commercial Items, (Oct. 1995) is
incorporated in this contract by reference, however for paragraphs (b)
and (c) only the following provisions apply to this acquisition: FAR
52.203-6, Restrictions on Subcontractor Sales to the Government, with
Alternated I. FAR 52.203-10, Price or Fee Adjustment for Illegal or
Improper Activity (41 U.S.C.23). far 52.219-8, Utilization of Small
Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C.
637(dx2) and (3)); FAR 52.219-14, limitation Subcontracting. FAR
52.222-26, Equal Opportunity (E.O. 11246). FAR 52.222-35, Affirmative
Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212).
FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C.
793). FAR 52.222-37, Employment Reports on Special Disabled Veterans
and Veterans of the Vietnam Era (38 U.S.C. 4212) FAR 52.225-3, Buy
American Act-Supplies (41 U.S.C. 0). FAR 52.225-18, European Community
Sanctions for End Products (E.O. 12849). (xiii) ADDITIONAL CONTRACT
REQUIREMENTS: STANDARD COMMERCIAL WARRANTY, SUP 5252.246-9401 (JAN
1992). The contractor shall extend to the Government the full coverage
of any standard commercial warranty normally offered in a similar
commercial sale, provided such warranty is available at no additional
cost to the Government. Acceptance of the standard commercial warranty
does not waive the Government's rights under the "Inspection" clause
nor does it limit the Government's rights with regard to the other
terms and conditions of this contract. In the event of a conflict, the
terms and conditions of the contract shall take precedence over the
standard commercial warranty. The standard commercial warranty period
shallbegin upon final acceptance of the applicable material and/or
services listed in the Schedule. The contractor shall provide a copy of
its standard commercial warranty (if applicable) with its offer. The
warranty shall cover a period of months (Offeror to insert time-frame,
__ __ __ __ __ __ __). (xiv.) DPAS rating is N/A. (xv) CBD number Note
#1 applies to this procurement. (xvi.) Three technical and three cost
proposals are due 11 AUG 1997 at 2:00PM Eastern Time at the FISC
Norfolk Detachment Washington Customer Service Center, 901 M. Street.,
SE, Washington Navy Yard, Bldg. 200, 4th Floor, Washington, DC
20374-5014. 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 called for in this synopsis/solicitation. For questions
regarding thisspecific acquisition contact Ms. Bernice Glover on (202)
433-3647 (0217) Loren Data Corp. http://www.ld.com (SYN# 0510 19970807\67-0001.SOL)
67 - Photographic Equipment Index Page
|
|