|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17,1997 PSA#1932Contracting Office, P O Box 1609, Oceanside, CA 92051-1609 58 -- MISCELLANEOUS ELECTRONIC EQUIPMENT SOL M0068197T1007 DUE 091997
POC Miss Beverly J. Hardy, Contracting Officer, (760)725-8446 or Fax
Number (760)7258445/4346. 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 separate written solicitation will not be
issued. Solicitation number M0068197T1007 applies and is issued as a
Request For Quotation. This solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 90-45 and Defense Acquisition Circular 91-12. The Standard
Industrial Code is 3663 and the business size standard is 750
employees. This is a fixed price contract for thirteen line items as
follows: Line Item 0001: Quantity 2 ea Remote Control CCTV with
Pan/tilt, to be ViewCom 1 Model 0002: Quantity 3 ea IBM PC Software 1
-- 3 site capable, 0003: Quantity 2 ea Remote control for monitor
capable, 0004: Quantity 8 ea Camera, Pan/tilt with 3x zoom B&W Hi-res,
Sony EGII, 0005: Quantity 8 ea CX Adjustable tri-pod, Model Velvon,
0006: Quantity 2 ea ViewCom Laptop Pentium 133Mhz, 12.1" Active Matrix
Display (800x600), 2MB VRAM, 16MB EDO RAM, 1.44GB 2.5"HD, 10X CD-ROM,
1.44 3.5" Floppy Drive, 16-bit Stereo Sound, Glidepoint Trackpad,
Battery, AC adapter (charge-in-use option) Carryinb Bag, Windows 95 on
CD, 4 year AC Service Protection, 0007: Quantity 16 ea Passive
Infrared Sensors/Balanced Reed Switch, two sensors per camera, 0008:
Quantity 3 ea Transportable GPS vehicle tracking system with cables
assembly and antenna package, to be Dinet GPS Tracker Model, 0009 GPS
portable controller with PC interface cable, simultaneous vehicle
tracking up to 12 at a time, to be Dinet GPS Model, 0010 Quantity 1 ea
GPS Map-Tracking software enhancement of existing maps provided by
DMA, 0011: Quantity 5 ea Motorola Model GM 300 vehicle UHF radito to be
compatible with the UHF repeater network, 0012: Quantity 30 ea Pelican
Case, 29-1/4" x 19-1/2" x 9-1/8" (outside) with combination padlock,
0013 Diesel Powered Generator, 120/240 volt, 4000 watts with Yanmar 7
hp engine, 12 volt electric start with built-in battery charger, 4 gal
fuel tank, 29" L, 22" W, 23"H Model GPND-40E or equal. Deliveryof all
items is required thirty (30) days after award of contract to be
delivered FOB Destination to: Camp Pendleton, California, 92055-5000.
Acceptance shall be made at destination. The provision at FAR 52.212-1,
Instructions to Offerors-Commercial Items applies. Offerors are
required to complete and include a copy of the following provisions
with their proposals: FAR 52.212-3, Offeror Representations and
Certifications -- Commercial Items: DFARS Clause 252.212-7000, Offeror
Representations and Certifications -- Commercial Items, and addendum
clause DFARS 252.225-7035, Buy American Act-North American Free Trade
Agreement Implementation Act-Balance of Payments Program Certificate.
Clause 52.212-4, Contract Terms and Conditions -- Commercial Items,
applies as well as the following addendum clause: FAR 52.225-18,
European Community Sanctions For End Products. 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 52.222-26, Equal Opportunity,
FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era
Veterans, FAR 52.222-37, Employment Reports on Special Disabled
Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract
Terms and Conditions Required to Implement Statues or Executive Orders
Applicable to Defense Acquisitions of Commercial Items, applies with
the following clause applicable for paragraph (b): DFARS 252.225-7012,
Preference for Certain Domestic Commodities, and DFARS 252.225-7036,
North American Free Trade Agreement Implementation Act. Any contract
awarded as a result of this solicitation will be a DO rated order
certified for national defense use under the Defense Priorities and
Allocations System. The Government intends to make asingle 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: The following factors shall be used to evaluate
offers: (1) Price, (2) Past Performance. Sealed offers in original and
1 copy must be received no later than 4:00 p.m. local time 19
September 1997. Offers sent via the US Postal Service should be mailed
to the Contracting Office, USMC, P.O. Box 1609, Oceanside, CA
92051-1609 or by Federal Express to Contracting Division, Bldg. 22180,
MCB, Camp Pendleton, CA. 92055-5000. See Note 1. (0258) Loren Data Corp. http://www.ld.com (SYN# 0363 19970917\58-0016.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|