Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17,1997 PSA#1932

Contracting 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