COMMERCE BUSINESS DAILY ISSUE OF JULY 17, 2001 PSA #2894
SOLICITATIONS
66 -- LASER RANGE FINDER
- Notice Date
- July 13, 2001
- Contracting Office
- Fleet And Industrial Supply Center Seal Beach Detachment, Naval Weapons Station, Supply Dept., Bldg. 239, Code 210J, 800 Seal Beach Blvd., Seal Beach, CA 90740
- ZIP Code
- 90740
- Solicitation Number
- N00244-01-T-0790
- Response Due
- July 31, 2001
- Point of Contact
- Marty Daugherty, 562-626-7368; FAX 562-626-7877
- E-Mail Address
- Click here to contact the Contract Specialist via (daugherty.martha@sbeach.navy.mil)
- Description
- The original notice with the Issue Date of June 7, 2001 is revised from a non-competitive procurement to a combined synopsis/solicitation as follows: This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; quotes are being requested and A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number RFQ N00244-01-T-0792 applies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and DFAR Change Notice 20001213. The North American Industry Classification System code is 33451 and the business size standard is 750 employees. The agency need is for: Item 0001 (2 ea) Laser range finder (LRF) used to accurately survey range targets on live-fire ranges at the Marine Air-Ground Tactical Squadron Training Center (MAGTFTC) Twentynine Palms, CA. The LRF shall be compatible to the PLGR+96 Global Positioning System (GPS) unit. Item 0002 (1 Lot) Training, provide one day of on-the-job certification training to MAGTFTC Twentynine Palms personnel on how to properly operate and maintain the LRF. No more than 10 people will attend this class. Provide an outline of the training. The LRF shall satisfy the following: I. REQUIREMENTS A. GENERAL Magnification: 7 X, or better Maximum Range: The LRF shall provide measurements of an object that is at least 4 kilometers away Field of View: 7.5 , or greater Distance Accuracy: 2 meters, or better, for targets less than 2 km away from the LRF; 3 better, or better, for targets greater than 2 km away from the LRF Azimuth Accuracy: 1 , or better Laser Type: The laser in the LRF shall be classified as Class 1, Eyesafe Mean-Time Between Failure: 13,000 hours, or greater Data Interface: The LRF shall be capable of transmitting data to the Rockwell-Collins PLGR+96 allowing the PLGR+96 to display the correct position of the target. 1. Night Vision Capability: The LRF shall be capable of being upgraded to have compatibility with the AN/PVS-14 night vision pocketscope. (Contractor does not have to provide any hardware.) 2. Power Source: The LRFS shall be powered with any of the following batteries: standard AA alkaline or NiCAD batteries; AND the military lithium BA5800/U batteries. The LRFS shall also be capable of being powered with an external 9 to 24 Volt DC power source. PHYSICAL REQUIREMENTS Physical Dimensions: Length: 9 inches, or less Width: 8 inches, or less Height: 4 inches, or less Weight: 5 lbs., or less B. ACCESSORIES The following accessories shall be included with the LRFS: 1. Short Non-Magnetic Tripod: The contractor shall provide one (1) tripod. This tripod shall be capable of holding the laser range finder and/or GPS unit, and shall be capable of adapting a mount for a small RF data link, no larger than 8 inches X 6 inches X 4 inches. The contractor does not have to provide mounting. 2. Ruggedized Metallic Carrying Case: The contractor shall provide one (1) ruggedized metallic carrying case for the laser range finder equipment. The carrying case shall be capable of holding all equipment required in this specification. This includes the laser range finder, GPS unit, protective caps, and manuals. 3. Protective Caps: The contractor shall provide one (1) set of protective caps for the laser range finder. 4. Cables and Hardware: The contractor shall provide hardware, including cables, to interface the LRF to the PLGR+96 GPS unit. The contractor shall only provide one (1) set of cables and hardware. 5. Operations and Maintenance Manuals: One (1) set of manuals containing instructions on how to operate and maintain the system shall be provided. C. PHYSICAL 1. Ruggedized Metallic Carrying Case: The LRF equipment, except for the tripod, shall be stored in a metallic carrying case. The metallic carrying case and the LRF equipment, excluding the tripod, shall weigh no more than 20 lbs. 2. Data Port: The LRF shall have a data port to allow the LRF to be connected to the PLGR+96. D. ENVIRONMENTAL 1. Operating Temperature Range: The LRF shall operate in temperatures of 20 F to 120 F 2. Operating Relative Humidity Range: The LRF shall operate in relative humidity of 90%, or more, non-condensing. Delivery is NSWC Corona, CA. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items applies. Addendum to FAR 52.212-1, 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. Clause 52.212-4, Contract Terms and Conditions -- Commercial Items applies as well as the following addendum clauses: FAR 52.219-1, Small Business Program Representations; FAR 52.211-5, Material Requirements. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities; and addendum provisions DFARS for Certain Domestic Commodities; and addendum provision DFARS 252.211-7003, Brand Name or Equal. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPORALS: FAR 52.212-3, Offeror Representation and Certifications -- Commercial Items. 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. EVALUATION CRITERIA: Award will be made on a best value basis taking into account the following factors: technical acceptability, past performance, and price. The Government may award to other than the lowest priced offer based on a trade-off among these factors. Note: the full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov.far; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet www.dtic.mil/dfars . Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery /availability of product/s, the company's CAGE code, Dun and Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time, on 31 July 2001 and will be accepted via fax 562-626-7877. IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on/or after 06-01-98. Lack of registration in the CCR database will make an offeror/quoter INEGLIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://ccr.edi.disa.mil for more information.
- Record
- Loren Data Corp. 20010717/66SOL006.HTM (W-194 SN50R844)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on July 13, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|