Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 9,1997 PSA#1926

AFFTC/PKAA Directorate of Contracting, 5 S. Wolfe Ave., Edwards AFB, CA 93524-1185

99 -- TRACKING MOUNTS, SINGLE MAN OPERATED, COMPACT/MEDIUM SOL f04700-97-T-6322 POC M. Evans, Contract Negotiator, PKAB Directorate of Contracting Edwards AFB CA., 805-277-3900 X2316. John A. Adair, Contracting Officer PKAB Directorate of Contracting, Edwards AFB CA WEB: On-line Acquisition Solicitation Information System, http://cpf.edwards.af.mil/contract/rfp.html. E-MAIL: click e-mail link to contact the POC, evansm%pk@mhs.elan.af.mil. This is a combined synopsis/solicitation for a commercial item 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 being requested and a written solicitation will not be issued. The solicitation number is F04700-97-T-6322. Simplified Acquisition Procedures (SAP) are to be used with this acquisition. This requirement is 100% Small Business Set-aside. Air Force Flight Test enter (AFFTC), Edwards AFB CA has a requirement for a quantity of three each, compact/medium single man operated mobile tracking mounts. Tracking mounts are to be used to track and record test aircraft data. Camera configurations utilized are 16mm motion picture cameras, Betacam SP video camcorders, 70mm sequential cameras and 35mm motorized. Each tracking mount must include an electrical generator, video data insertion and remote control option (box 100 feet away). Built-in dual power sighting scope. Each unit should include optical encoders as an option. Specifications: Size approximately 90" to 100" L X 80" to 85" W 80" to 90" H; weight 6,000 to 6,500lbs with no payload; payload weight not more than 650 lbs; travel azimuth: between 590 to 610 degrees, elevation range -5 to 95 degrees; dynamic range, minimum 1000;1; non-orthogonality, less than 15 arcseconds; bearing wobble, less than 6 arcseconds. Electric generator for tow vehicle or can be installed on tracking mount: sized to meet maximum electrical requirements for full loaded amount to include all the cameras. Estimated minimum sized 12kV, 208 VAC. To include commercial operational manual. Standard industrial classification code 3861. Small business size standard 500 employees. Delivery: 6 months or earlier after receipt of order. FOB POINT: Destination ACCEPTANCE: 60 days after receipt of order. FAR provision 52.212-1, Instructions to Offerors -- Commercial Items applies. Offerors must include a complete copy of FAR provision 52.212-3, Offeror Representatations and Certifications -- Commercial Items, and DFARS provision 252.212 7000, Offeror Representations and Certifications Commercial Items, with the offer. FAR clause 52-212-2 Evaluation -- Commercial Items applies. Factors to be used listed in descending order of importance are: (a) technical capability of item to meet Government requirement; (b) quality; (c) past performance; and (d) price. Technical capability and quality when combined are significantly more important when compared to price. FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items applies. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues Or Executive Orders -- Commercial Items, applies. The following addenda are added: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C.2536 and 10 U.S.C.2402); 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (41 U.S.C.423); 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concern (15 U.S.C.637(d)(2) and (3)); 52.219-9, Small, Small Disadvantaged and Woman-Owned Small Business Subcontracting Plan (15U.S.C.637(d)(4); 52-219-14, Limitation on Subcontracting (15U.S.C.637(a)(14)); 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29U.S.C.793); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.225-3, Buy American Act -- Supplies (41 U.S.C.10); 52.232-29 Terms for Financing of Purchases of Commercial Items; 52.232-31 Invitation to Propose Financing Terms; DFAR clauses 252.205-7000 Provision of Information to Cooperation Agreement Holders (10 U.S.C. 2416); 252.225-7001 Buy American Act and Balance of Payment Program (41 U.S.C. 10, E.O.10582); 252.225-7012 Preference for Certain Domestic Commodities;252.225-7014 Preference for Domestic Specialty Metals (10 U.S.C. 2241 note); 252.247-7024 Notification of Transportation of Supplies by Sea; 252.247-7000 Buy American Act-Balance of Payments program Certificate; 252.212 7001, Contract terms and Conditions Requirement to Implement Statues Applicable to Defense Acquisition of Commercial Items applies. If you have not obtained a copy of the full-text, Representation, Certifications or require statements and clauses in full text, contact the Contract Negotiator in this notice or reference the Federal Acquisition Regulations at http://www.farsite.hill.af.mil/. Interested parties have 15 days from date of this publication to submit literature, catalogs and/or brochures that will meet this requirement. Failure to supply the requested information may result in the Government not being able to technically evaluate your capability. The anticipated award date is 20 days from the date of this notice. Allocations Systems (DPAS) rating is: A7. Electronic responses are encouraged. FAX number 805-258-9638. (0247)

Loren Data Corp. http://www.ld.com (SYN# 0381 19970909\99-0001.SOL)


99 - Miscellaneous Index Page