SOLICITATION NOTICE
99 -- EOD Night Vision Goggle Mounts
- Notice Date
- 6/17/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
- ZIP Code
- 32403-5526
- Solicitation Number
- FA4819-10-T-0033
- Archive Date
- 7/14/2010
- Point of Contact
- Art M. Aragon, Phone: 8502834237, Dennis A. M. Landry, Phone: 8502830061
- E-Mail Address
-
Arthur.Aragon2@Tyndall.af.mil, dennis.landry@tyndall.af.mil
(Arthur.Aragon2@Tyndall.af.mil, dennis.landry@tyndall.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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 written solicitation will not be issued. The solicitation reference number is FA4819-10-T-0033; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-41. This acquisition will be a 100% small business set-aside; the North American Industry Classification System (NAICS) code is 333314. The business size standard is 500 employees. The Federal Supply Class (FSC) is 5855. The Government anticipates award on a best value basis. IAW FAR 52.212-2, Evaluation-Commercial Items, the Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on technical capability of the item offered to meet the Government requirement, past performance and price. The following factors shall be used to evaluate offers: 1. Technical Specification/Capability ( Items quoted shall meet or exceed specifications in CLIN descriptions below) 2. Price Technical evaluation factors when combined will be significantly more important than price. Offerors shall submit with their quotes, documentation demonstrating that the items quoted meet all specifications. This request for quotation consists of the following Contract Line Identification Number (CLIN): CLIN 0001: (Qty 1388 Ea) Night Vision Goggle (NVG) Helmet Mounts with Ops-Core Shroud: Breakaway NVG Lever Mount w/ Ops-Core shroud shall: • Allow attachment to a helmet-mounted Ops-Core three-hole VAS shroud or standard Army 1-hole shroud by means of a one-piece mount • Allow a NVG to be "flipped" up or down, moving the NVG up out of the field of vision when not needed and down to operating position when needed (no less than 130 degrees) • Have a "breakaway" function allowing it to "breakaway" when entangled, preventing injury to the wearer • Accommodate corrective lens, protective eyewear, goggles, and protective masks • Lock in position to secure • Have ambidextrous fore and aft adjustments • Have a tilt angle adjustment (no less than 15 degrees) • Have mount release levers, flip release buttons, NVG release button, vertical adjustments, and a breakaway lever CLIN 0002: (Qty 1388 Ea) AN/PVS-14 Adapter: AN/PVS-14 adapter shall: • Allow the operator to mount an AN/PVS-14, 15 and 18 NVG • Be ergonomically positioned for easy one-handed operation, allowing use of a weapon • Be easily mounted and dismounted • Contain a means to adjust height and angle while making fine adjustments • Interface with ratchet strap and head mounting systems • Contain a "flip" mechanism allowing the NVG to be pivoted no less than 110 degrees for left or right eye operation • Allow for tilt adjustment of the NVG by the operator from 0-20 degrees and lock in place with a simple movement CLIN 0003: (Qty 1388 Ea) AN/PVS-7 Adapter: AN/PVS-7 adapter shall: • Allow the operator to mount an AN/PVS-7A and C NVG • Allow mount to breakaway under stress or lock in place by means of a lever • Provide free movement vertically and lock in place • Flip NVG up or down, moving the NVG up out of the field of vision when not needed and down to operating position when needed • Allow forward and backward movement of NVG for setting proper distance (eye relief) • Have ergonomic adjustments positioned for easy one-handed operation while handling a weapon All quotes shall reflect FOB Destination. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: 52.203-3 - Gratuities 52-203-6 Alt I - Restrictions On Subcontractor Sales To The Government 52.204-4 - Printed or Copied Double-Sided on Recycled Paper 52.209-7 - Information Regarding Responsibility Matters 52.209-8 - Updates of Information Regarding Responsibility Matters 52.212-1 - Instructions to Offerors 52.212-3 - Offeror Representations and Certifications-Commercial Items 52.212-5 (Deviation) - Contract Terms And Conditions Required To Implement Statutes or Executive Orders-Commercial Items 52.212-4 - Contract Terms &Conditions-Commercial Items 52.219-6 - Notice of Total Small Business Set-Aside 52.219-8 - Utilization of Small Business Set-Aside (Deviation) 52.219-14 - Limitations On Subcontracting 52.219-28 - Post-Award Small Business Program Rerepresentation 52.222-3 - Convict Labor 52.222-19 - Child Labor - Cooperation with Authorities and Remedies 52.222-21 - Prohibition of Segregated Facilities 52.222-26 - Equal Opportunity 52.222-35 - Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 - Affirmative Action for Workers with Disabilities 52.222-37 - Employment Reports On Special Disabled Veterans, Veterans of The Vietnam Era, and Other Eligible Veterans 52.222-50 - Combating Trafficking in Persons 52.225-13 - Restrictions on Certain Foreign Purchases 52.232-33 - Payment by Electronic Funds Transfer-CCR 52.233-2 - Service of Protest 52.233-3 - Protest After Award 52.233-4 - Applicable Law for Breach of Contract Claim 52.247-34 - F.O.B. Destination 52.252-1 - Solicitation Provisions Incorporated By Reference 52.252-2 - Clauses Incorporated by Reference 52.252-5 - Authorized Deviations In Provisions 52.252-6 - Authorized Deviations In Clauses 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 252.205-7000 - Provision Of Information To Cooperative Agreement Holders 252.209-7001 - Disclosure of Ownership or Control by the Government of a Terrorist Country 252.212-7000 - Offeror Representations And Certifications-Commercial Items 252.212-7001 - Contract Terms And Conditions Required To Implement Statutes or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (Deviation) 252.225-7000 - Buy American Act-Balance of Payments Program Certificate 252.225-7001 - Buy American Act And Balance Of Payments Program 252.225-7002 - Qualifying Country Sources As Subcontractors 252.225-7012 - Preference For Certain Domestic Commodities 252.225-7021 - Trade Agreements 252.226-7001 - Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns 252.227-7015 - Technical Data--Commercial Items 252.227-7037 - Validation of Restrictive Markings on Technical Data 252.232-7010 - Levies on Contract Payments 252.243-7001 - Pricing Of Contract Modifications 252.243-7002 - Requests for Equitable Adjustment 252.247-7023 - Transportation Of Supplies By Sea 5352.201-9101 - Ombudsman Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Interested parties must include, with their quote, their CAGE code, tax identification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL 32403-5526 with inspection and acceptance at destination. For quotes that include "or equal" items, please provide applicable technical data. Quotes may be transmitted by e-mail or to fax number (850) 283-8491, e-mail is the preferred method. Quotes must be received at the 325th Contracting Squadron, LGCB flight, no later than 12:00 p.m. CST on 29 June 2010. The point of contact for this solicitation is 1Lt. Art Aragon Contract Specialist, (850) 283-4237, arthur.aragon2@tyndall.af.mil. Alternate point of contact is SSgt Dennis Landry, Contract Specialist, (850) 283-0061, dennis.landry@tyndall.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/FA4819-10-T-0033/listing.html)
- Place of Performance
- Address: Tyndall AFB, Panama City, Florida, 32403, United States
- Zip Code: 32403
- Zip Code: 32403
- Record
- SN02181071-W 20100619/100617235927-6278a5519921a9527daefa1e740e12ef (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |