|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 1,1998 PSA#2106Fleet Industrial Supply Center Norfolk, Detachment Philadelphia, 700
Robbins Ave., Bldg. 2B, Philadelphia, PA 19111-5084 70 -- VEXEL IMAGING CORP SCANNERS, UPGRADES AND SUPPORTS SOL
N00140-98-R-2265 DUE 060898 POC Frank Moretti, Contract Negotiator,
215-697-9611; H. R. Aldridge, Contracting Officer, 215-697-9611 E-MAIL:
CLICK HERE TO CONTACT THE BID OFFICER, SYNOPSIS@PHIL.FISC.NAVY.MIL. The
Fleet & Industrial Supply Center (FISC) Norfolk Detachment Philadelphia
intends to procure on a sole source basis from Vexcel Imaging Corp. of
Boulder, CO 3 desktop image scanning systems with options for
additional units and/or configuration upgrades. 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; proposals are being requested and a written
solicitation will not be issued. Solicitation N00140-98-R-2265 is a
Request-For-Proposal (RFP). The solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 97-04. The standard industrial classification code is 3577 and
the small business size standard is 1000 employees. Contract Line Item
Number (CLIN) 0001 -- Scanners, Model number VX4000HT, part number
PL65000-1 SPW, QTY 3 EA; CLIN 0002 -- Associated support for CLIN 0001,
QTY 1 LOT NTE $20,000; OPTIONAL CLINS: CLIN 0003 -- Upgrade/trade-in
from Vexcel Model number VX3000PLUS to Model number VX4000HT, part
number PL65000-1 SPW-TI, QTY 6 EA; CLIN 0004 -- Associated support for
CLIN 0003, QTY 1 LOT NTE $20,000; CLIN 0005 -- High Resolution
(Military Configuration), part number VPL 55097-1, QTY 9 EA; CLIN 0006
-- Scanners, Model number VX4000HT, part number PL65000-1SPW, QTY 3
EA; CLIN 0007 -- Associated support for CLIN 0006, QTY 1 LOT NTE
$20,000; CLIN 0008 -- Upgrade existing controllers on VX4000HT systems,
part number PL65000SPW-CU, QTY 6 EA. Associated support shall be priced
as an hourly rate for any type service required by the end user (e.g.
24 hour response line, tech phone support, installation support, travel
time). The items are to be delivered FOB Destination to the Space and
Naval Warfare Systems Center San Diego, Detachment Philadelphia, 700
Robbins Avenue, Building 7, NAVICP, Philadelphia, PA 19111-5083.
Delivery of items 0001 and 0002 is required 45 days after date of
award. Exercise of the option items shall be no later than 1 year from
date of award. The government intends to exercise the option items in
whole or in part and at one time or from time to time by issuance of
modification(s) to the contract. Delivery of option quantities under
CLINs 0003 through 0008 will be 45 days after exercise of the option.
CLIN 0003 Govt. units will be available within 15 after VX4000HT ugrade
unit installation completed. The government may request technical
refreshment of the option quantities for the contractor's most up to
date commercially available product at the time the option(s) is/are
exercised. Refreshment will take place pursuant to the Changes clause.
No increase in the negotiated option unit prices will be allowed as a
result of technical refreshment. Technical refreshment of software is
not a requirement under this contract. All components delivered by the
contractor under an individual technical refreshment shall be
identical. All partial shipments within a technical refreshment, shall
consists of items of the same make and model number. It is anticipated
a new firm fixed price contract will be utilized to fulfill the subject
requirement. FAR 52.212-2 is not applicable to this action since this
is a sole source requirement with Vexcel Imaging Corp. Vexcel Imaging
Corp. is the only known manufacturer capable of providing the items
identified above which meet the Navy's requirements for size, power,
shock and vibration necessary for shipboard use. FAR 52.212-1,
52.212-3, 52.212-4 and DFARS 252.212-7000 apply to this acquisition.
Offerors are advised to include a completed copy of FAR 52.212-3 and
DFAR 252.212-7000 as part of their offer. FAR 52.212-5 applies to this
acquisition. The following additional FAR clauses cited in the clause
are applicable to the acquisition: 52.203-6, 52.222-26, 52.222-35,
52.222-36 and 52.222-37. DFARS 252.212-7001 applies to this
acquisition. The following additional DFAR clauses cited in the clause
are applicable to this acquisition: 252.205-7000 and 252.225-7001.
Offers are due no later than 2:00 P.M. (E.S.T.), 8 June 1998. For
information regarding the subject solicitation, the point of contact is
Frank Moretti, who can be reached at (215) 697-9611. All responses
shall be directed to FISC Norfolk, Detachment Philadelphia, Attn: Bid
Officer/Code 02P52G, 700 Robbins Ave., Building 2B, Philadelphia, PA
19111-5083, referencing RFP N00140-98-R-2265. (0148) Loren Data Corp. http://www.ld.com (SYN# 0433 19980601\70-0001.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|