Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2002 FBO #0248
SOLICITATION NOTICE

59 -- Tracking Lens

Notice Date
8/5/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway Code 253, Orlando, FL, 32826-3224
 
ZIP Code
32826-3224
 
Solicitation Number
N61339-02-T-0108
 
Response Due
8/15/2002
 
Archive Date
8/30/2002
 
Point of Contact
Nancy Potts, Contracts Specialist, Phone 407-380-4404, Fax 407-380-4164, - Jane Waller, Contract Specialist, Phone 407-208-4017, Fax 407-380-4164,
 
E-Mail Address
pottsna@navair.navy.mil, wallerje@navair.navy.mil
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
17. 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; a quote is being requested and a written solicitation will not be issued. Solicitation N61339-01-T-0108 is issued as a request for quote and incorporates the provisions and clauses in effect through Federal Acquisition Circular 2001-05. The Government intends to award on a sole source basis to Computer Optics Inc., 120 Derry Road, Hudson, NH 03051. FAR 52.219-6 ?Notice of Total Small Business Set-Aside? is hereby incorporated by reference. The NAICS Code for this solicitation is 333314 and the small business size standard is 500. The following items are required: CLIN 0001, COI-TL 108 Tracking Lens complete with RG780 Filter, 6 Units The lens must be fully compatible with the Government?s infrared Spot Tracker in support of the DISALT project. The tracker lens must have a Focal Length of 1.15 inches, F/# of 1.0, a FOV of 56 degrees, a Back Focal Length of 0.72 inches, and a Flange Focal Distance of 0.206 inches. The lens must be 2.65 inches in diameter and 2.2 inches in length. Delivery shall be made no later than 10/31/02 to NAWCTSD, Code 4962, 12350 Research Parkway, Orlando, FL 32826-3224; acceptance shall be made at destination upon delivery. Delivery shall be made FOB Destination. The following FAR/DFARS provisions and clauses apply to this acquisition FAR 52.212-1, ?Instructions to Offerors ? Commercial Items? is incorporated by reference and applies to this acquisition. Offerors shall include a completed copy of the provision at FAR 52.212-3, ?Offeror Representations and Certifications ? Commercial Items? with its quotation. In addition, offerors shall include a completed copy of the provision at DFARS 252.212-7000, ?Offeror Representations and Certifications ? Commercial Items? with its quotation. FAR 52.212-5, ?Contract Terms and Conditions Required To Implement Statues or Executive Orders ? Commercial Items? applies to this acquisition along with the following additional FAR clauses, cited in clause 52.212-5 The following subparagraphs of FAR 52.212-5(b) apply: 1 (1), 0 (2), 0 (3), 0 (4), 0 (5), (6), (7), (8), (9), 0 (10), 1 (11), 1 (12), 1 (13), 1 (14), 1 (15), 1 (16), 0 (17). 1 (18), 0 (19), 0 (20), 1 (21), 0 (22), 0 (23), 1 (24), 0 (25), 0 (26), 0 (27), 0 (28), DFARS 252.212-7001, ?Contract Terms and Conditions Required To Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items? applies to this acquisition along the following additional DFARS clauses, cited in clause 252.212-7001: The following clauses of DFARS 52.212-7001(b) and (c) apply: 0 252.205-7000, 0 252.219-7003, 0 252.219-7005, 0 252.219-7005 Alt I, 1 252.225-7001, 0 252.225-7007, 0 252.225-7012, 0 252.225-7014, 0 252.225-7015, 0 252.225-7021, 0 252.225-7027, 0 252.225-7028, 0 252.225-7029, 0 252.225-7036, 0 252.225-7036 Alt 1, 0 252.227-7015, 0 252.227-7037, 0 252.225-7014 Alt I, 0 None. The following clauses also apply: DFARS 252.204-7004, ?Required Central Contractor Registration,? 1 FAR 52.227-19 ?Commercial Computer Software -- Restricted Rights? and 1 "Year 2000 Warranty?Commercial Supply Items -- The contractor warrants that each hardware, software, and firmware product delivered under this contract and listed below shall be able to accurately process date data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, including leap year calculations, when used in accordance with the product documentation provided by the contractor, provided that all listed or unlisted products (e.g. hardware, software, firmware) used in combination with such listed product properly exchange date data with it. If the contract requires that specific listed products must perform as a system in accordance with the foregoing warranty, then that warranty shall apply to those listed products as a system. The duration of this warranty and the remedies available to the Government for breach of this warranty shall be as defined in, and subject to, the terms and limitations of the contractor's standard commercial warranty or warranties contained in this contract, provided that notwithstanding any provision to the contrary in such commercial warranty or warranties, the remedies available to the Government under this warranty shall include repair or replacement of any listed product whose non-compliance is discovered and made known to the contractor in writing within ninety (90) days after acceptance. Nothing in this warranty shall be construed to limit any rights or remedies the Government may otherwise have under this contract with respect to defects other than Year 2000 performance." A determination by the Government not to open the requirement to competition based on responses to this notice is solely within the discretion of the Government. Information received as a result of the notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Quote is due at 2:00 EST on 08/14/02 and may be made by FAX to (407)380-8318 (Attn: Nancy A. Potts, email Nancy.Potts@navy.mil) or to the address above. For information regarding this solicitation, contact Nancy A. Potts at (407)380-4404.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USN/NAVAIR/N61339/N61339-02-T-0108/listing.html)
 
Place of Performance
Address: Computer Optics Inc. 120 Derry Road Hudson, NH
Zip Code: 03051
Country: USA
 
Record
SN00132891-F 20020807/020805221414 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.