Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 25, 2001 PSA #2879
SOLICITATIONS

20 -- AIMPOINT SIGHTS

Notice Date
June 21, 2001
Contracting Office
Crane Division, Naval Surface Warfare Center, Code 1162 Bldg 2521, 300 Highway 361, Crane, Indiana 47522-5001
ZIP Code
47522-5001
Solicitation Number
N00164-01-R-0063
Response Due
July 3, 2001
Point of Contact
Ms. Stacy McAtee, Contract Specialist, 812-854-1988, FAX 812-854-5095 (Mr. S. Bingham, Contracting Officer)
E-Mail Address
Click here to contact the Contract Specialist via (mcatee_s@crane.navy.mil)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number N00164-01-R-0063 is hereby issued as a request for proposals (RFP). The proposed contract is 100% set-aside for small business concerns. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-25 and 97-22 (correction), as well as DCN 20001213. The North American Industry Classification System (NAICS) Code for this procurement is 332995 and the size standard is 500 employees. This requirement is for the following: CLIN 0001 Minimum quantity 850 each, maximum quantity 15,000 each Aimpoint Comp M Sights, BRAND NAME ONLY, P/N Comp M2 in accordance with the NAVSURFWARCENDIV specification. The Specifications for the Aimpoint Comp M2 Sight are as follows: 1) Optic must consistently adjust to within 1 MOA after resetting windage and elevation; 2) The optic must be submersible to 66 feet; 3) Parallax shall not be greater than .5 MOA at 100m with the dot centered in the aperture and not greater than 3 MOA with the dot at least 3.5mm from the center of the aperture; 4) Sight adjustment range must be plus or minus 2 meters in all directions at 100 meters; 5)Sight must be operational after 24 hours exposure at minus 45 degrees C and 70 degrees C; 6) The sight shall have a corrosion resistant exterior coating. The sight shall not display excessive evidence of corrosion and pitting or any loss of function after exposure to 96 hours of salt fog. 240 hours is the objective. The fog will be 5 percent Sodium Chloride salt solution atomized at a rate of 2.8 liters per 24 hours. Temperature will be maintained at 95 degrees F and solution fallout pH will be maintained between 6.5 and 7.2; 7) The power setting indicator dots on the switch and battery housing should be approximately 1.5mm in diameter, and finished with a white coating that will exhibit corrosion resistant characteristics as detailed in specification number 7 above; 8) The sight must include a removable KillFlash Model No. M68-ARD Anti-Reflective Device; 9) The battery cap retention strap should be modified to prevent snagging. Desired is a strap that will attach to the battery or sight housing directly underneath or close to the battery cap. This strap should not extend to the windage and/or elevation caps. This strap should be fabricated from a chemically resistant, corrosion resistant, and durable material. The Government anticipates award of a firm-fixed price, IDIQ contract utilizing Simplified Acquisition Procedures. The ordering period is expected to be five years. Delivery for the minimum quantity will be required within 60 days after contract award, and shall be FOB destination, inspection and acceptance will also be at destination. Selection for award will be based on lowest delivered price for the brand name item specified, and past performance. The Government will evaluate offeror's performance on previous Government or commercial contracts for similar products. In the event substantive differences exist among offerors' past performance, the Government has reserved the right to displace lower priced proposals in favor of an offeror with substantially superior past performance. Offers that are non-compliant with any material requirement of this solicitation may be rejected without further consideration for award. The contractor shall extend to the Government the full coverage of commercial sale warranty provided such warranty is available at no additional cost to the Government. Clauses/provisions: 52.203-3; 52.211-14 (DO X /DX); 52.211-15; 52.212-1; 52.212-3 Alt I [FILL-IN]; NOTE: This provision MUST be filled out completely and submitted with the offer. 52.212-4; 52.212-5; (incorporating 52.219-4; 52.219-6; 52.219-8; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.232-33) 52.215-05; 52.216-18 (. . orders may be issued from June 2001 through June 2006); 52.216-19(Minimum Order. When the Government requires supplies or services covered by this contract in an amount of less than 100 each the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum Order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of 15,000 each; (2) Any order for a combination of items in excess of 15,000 each.); 52.216-22 (. . . contractor shall not be required to make any deliveries after September 2006); 252-204-7004; 252-212-7001 (incorporating 252.225-7001; 252.243-7002; 252.247-7023). The offeror shall provide its Commercial and Government Entity (CAGE) Code, Contractor Establishment Code and Tax Identification Number. To be eligible for award, the contractor must be properly registered in the Government's Central Contractor Registration (CCR). Offerors may obtain information on CCR registration and annual confirmation requirements by calling 1-888-227-2423, or via the internet @ http://ccr.dlsc.dla/mil or http://www.ccr2000.com. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. All responsible sources may submit an offer which will be considered by the Agency. Offers may be faxed or e-mailed to Ms. Stacy McAtee, telephone 812-854-1988, FAX 812-854-5095, e-mail mcatee_s@crane.navy.mil. Complete mailing address is: Ms. Stacy McAtee, Code 1162NS Bldg. 2521, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane IN 47522-5001. All required information must be received on or before 03 July 2001, 2:00 PM Eastern Standard Time. Our mission is to provide quality and responsive acquisition services for this Command. In an effort to continue to improve our services, we are conducting a survey of our vendors. This survey may be found on the World Wide Web at the following address: http://www.crane.navy.mil/supply/vendorsurvey.htm. Your comments will help us determine if we are accomplishing this and show us ways to improve our processes. Please consider taking the time to complete the survey.
Web Link
Click here to review Crane Division Acquisition Department (http://www.crane.navy.mil/supply/announce.htm)
Record
Loren Data Corp. 20010625/20SOL001.HTM (W-172 SN50P6Q8)

20 - Ships and Marine Equipment Index  |  Issue Index |
Created on June 21, 2001 by Loren Data Corp. -- info@ld.com