|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 4,1998 PSA#2151FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St.,
Suite 600, Norfolk, VA 23511-3392 66 -- THERMAL IMAGING SYSTEM SOL N00189-98-Q-3225 DUE 081598 POC D.
Roseboro, (757) 445-2691 ext. 15; fax: (757) 445-2694 This is a
combined synopsis/solicitation for commercial items prepared in
accordance with the format prescribed in Subpart 12.6 of the FAR, as
supplemented with additional information included in this notice. This
announcement constitutes the request for quote for the required items.
Proposals are hereby requested under RFQ N00189-98-Q-3225 a subsequent
solicitation document will not be issued. FISC Acquisition Group
Norfolk intends to purchase, on a full and open competitive basis, the
following item; (1 ea) Thermal Imaging System -- Thermacam infrared
focal plane array radiometer, including battery, lens and color
viewfinder, weighs 5.7 lbs. The system will be used to detect and
isolate excess heat sources in circuit breakers, switchboards, power
panels, starter cabinets, controllers, valves, steam lines and lagging.
Model: PM290; Dimensions 8.3"L x 4.5"W x 3.5"H. The system is
ruggedized and the camera can withstand significant shock/impact. It is
a sealed system that can be used in a harsh military/industrial
environment. The battery is integral to the camera body and the system
will operate for 2.0 hr. on a single commercially available camcorder
battery. System must be of minimum weight and size and portability is
required. The system should be one unit containing the viewer, lens,
camera, camera body and power source (battery). External batteries are
not desired. On screen temperature readings should be presented in the
viewfinder. A movable spot/cursor that allows the operator to select
objects and determine their temperature is required. The camera should
be a fully calibrated Focal Plane Array camera capableof generating
high solution thermal images which can be stored to a solid state
PCMCIA card and standard video tape recorders. Must have availability
to store 8 bit or 12 bit images and should incorporate a high
resolution LCD eyepiece. FOB Point: Destination to Norfolk, VA 23511.
Delivery should be 30 days or sooner. Offers other FOB Destination
shall be ineligible for the award. The following FAR provisions and
clauses apply to this solicitation and are incorporated by reference:
FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-2
Eval-Commercial Items, FAR 52.212-3 Offeror Representations and
Certifications-Commercial Items, FAR 52.212-5 Contract Terms and
Conditions Required To Implement Statutes or Executive Orders: The
following numbered subparagraphs under paragraph (b) of this apply:
(6), (7), (8), and (9). The RFQ document, provisions and clauses which
have been incorporated are those in effect through FAC 97-04. The
following Defense FAR Supplement (DFAR) provisions and clauses apply to
this solicitation and are incorporated by reference, with the exception
of DFAR 252.204-7004 which will be in full text. DFAR 252.225-7000 Buy
American Act-Balance of Payments Program Certificate (DEC 1991), DFAR
252.212-7001 Contract Terms and Conditions Required To Implement
Statutes or Executive Orders Applicable to Defense Acquisitions of
Commercial Items (FEB 1997), The following clause under paragraph (b)
of this clause apply: DFAR 252.225-7001. Award will be made to the
eligible, responsible offeror whose offer conforms to the solicitation,
and is the most advantageous in price to the government. DFAR
252.204-7004 (MAR 1998), Required Central Contractor Registration, (a)
Definitions. As used in this clause- (1) "Central Contractor
Registration (CCR) database" means the primary DOD repository for
contractor information required for the conduct of business with DOD.
(2) "Data Universal Numbering System (DUNS) number"means the 9-digit
number assigned by Dun and Bradstreet information Services to identify
unique business entities. (3) "Data Universal Numbering System+4 (Duns
+4) number" means the Duns number assigned by Dun and Bradstreet plus
a 4-digit suffix that may be assigned by a parent (controlling)
business concern. This 4 digit suffix may be assigned at the discretion
of the parent business concern for such purposes as identifying
subunits or affiliates of the parent business concern. (4) "Registered
in the CCR database" means that all mandatory information, including
the DUNS number or the DUNS + 4 number, if applicable, and the
corresponding Commercial and Government Entity (CAGE) code, is in the
CCR database; the DUNS number and the CAGE code have been validated;
and all edits have been successfully completed. (b) (1) By submission
of an offer, the offeror acknowledges the requirement that a
prospective awardee must be registered in the CCR database prior to
award during performance, and through final payment of any contract
resulting from this solicitation, except for awards to foreign vendors
for work to be performed, outside the United States. (5) The offeror
shall provide its DUNS or, if applicable, its DUNS + 4 number with its
offer, which will be used by the Contracting Officer to verify that
the offeror is registered in the CCR database. (6) Lack of registration
in the CCR database will make an offeror ineligible for award. (7) DOD
has established a goal of registering an applicant in the CCR database
within 48 hours after receipt of a complete and accurate application
via the Internet. However, registration of an applicant submitting an
application through a method other than the Internet may take up to 30
days. Therefore, offerors that are not registered should consider
applying for registration immediately upon receipt of this
solicitation. (c) The contractor is responsible for the accuracy and
completeness of the data within the CCR, and for any liability
resulting from the Government's reliance on inaccurate or incomplete
data. To remain registered in the CCR database after the initial
registration, the contractor is required to confirm on an annual basis
that is information in the CCR database is accurate and complete. (d)
Offerors and contractors may obtain information on registration and
annual confirmation requirements by calling 1-888-227-2423, or via the
Internet at http://ccr.edi.disa.mil. As a minimum, responsible sources
should provide this office: a price proposal on letterhead or a SF1449
for the requested items with unit price, extended price, prompt
payment terms, remittance address, and a completed copy of FAR
52.212-3. Responses to this solicitation are due by COB Aug 15, 1998.
All offers shall be mailed to: Norfolk Acquisition Group, Hampton Roads
Detachment, Fleet Industrial Supply Center, 1968 Gilbert Street, Suite
600, Attn: D. Roseboro, Code 02H4CA, Norfolk, VA 23511-3392. Reference
RFQ N00189-98-Q-3225. Note 22 applies. Posted 07/31/98 (W-SN231309).
(0212) Loren Data Corp. http://www.ld.com (SYN# 0345 19980804\66-0004.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|