Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2013 FBO #4282
SOLICITATION NOTICE

10 -- Night Vision Equipment - Combined Synopsis/Solicitation for Night Vision equipment.

Notice Date
8/13/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423910 — Sporting and Recreational Goods and Supplies Merchant Wholesalers
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street, Butler Square, 5TH Floor, Minneapolis, Minnesota, 55403, United States
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-13-00143
 
Point of Contact
Leigh D. Eberhart, Phone: 6123363206
 
E-Mail Address
Leigh.D.Eberhart@aphis.usda.gov
(Leigh.D.Eberhart@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation for Night Vision equipment. Combined Synopsis/Solicitation for Night Vision equipment. Combination of GSA Schedule and Open Market Items, please reference which you are quoting. 1. This is a combined synopsis/solicitation for commercial services- prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation will result in a firm fixed price commercial service contract. 2. Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. This requirement is being offered as a total Small Business Set Aside. The NAICS code is 423910. The small business size standard is 100 employees or less. 3. This requirement is for the United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS), Wildlife Service (WS), 3430 Constitution Dr., STE 121, Springfield, IL 62711. 4. The solicitation number for this effort is AG-6395-S-13-0143 and this combined synopsis/solicitation is issued as a request for quotation (RFQ). 5. If your quote is GSA Schedule then the contract clauses within your GSA contract are applicable, otherwise if quoted Open Market then the provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://farsite.hill.af.mil/ 6. REQUIREMENTS AND QUANTITIES: 001 PVS-22 Specs or equivalent BNS-P+ 4 ea Unit Price = _________ Total Price ____________ 1. PVS-22 or equivalent BNS-P+ 2. Generation 3 PINNACLE 3. Auto-gated 4. Adjustable Gain 5. Photocathode Response of 1750 minimum 6. Signal-to-noise ratio of 2.0 minimum 7. Resolution of 64 lp/mm or better Additional specifications, Generation 3 PINNACLE, Auto-gated, Adjustable Gain, Photocathode Response of 1750 minimum, Signal to noise ratio of 2.0 minimum, and Resolution of 64 lp/mm or better. 002 LWTS FLIR 4 ea Unit Price = _________ Total Price ____________ LWTS CLIP ON THERMAL RIFLE SCOPE STAND ALONE AND CLIP ON CONFIGURATION 640X480 17 MICRON MICROBOLOMETER SENSOR 4 INTEGRATED BALLISTIC RETICLES BORESIGHT TO BETTER THAN 1 MOA RS-170 VIDEO OUTPUT VIDEO OUTPUT CABLE EXTERNAL WATERPROOF LCD SCREEN BATTERY LIFE 10HR 6.7" X 3.6" X 3.9" 1.85 POUNDS 4 AA LITHIUM BATTERIES 10 HOUR RUN TIME FIELD OF VIEW 14.8 DEGREES RECOGNITION AFTER DETECTION 1400M CLEAR AIR MANUAL / QUICK START GUIDE SOFT CARRYING BAG Appx 10' HARD SHELL WATERPROOF STORAGE CASE FOOT VIDEO OUT CABLE FOR REMOTE VIEWING HARD CASE TO TRANSPORT UNIT Additional specifications, FLIR clip on thermal rifle scope, stand alone and clip on configuration, 640x480 17 micron microbolometer sensor,4 integrated ballistic reticles bore sight to better than 1 MOA, RS-170 video output, video output cable, external waterproof LCD screen, battery life of 10 hours or better, 6.7" x 3.6" x 3.9" 1.85 pounds, 4 AA Lithium batteries with 10 hour run time, field of view 14.8 degrees, recognition after detection 1400M clear air, manual/quick start guide, soft carrying bag, hard shell waterproof storage case. Only if LWTS is not available: T-1 Specs 1. Forward Looking, thermal, infra-red devise (FLIR) 2. Detector Resolution 320 X 240 3. Image size/Display 640 x 480 4. > 2 power zoom 5. Waterproof to 20 feet 6. Recoil rating of.308 caliber rifle or greater caliber 7. Startup in < 5 seconds 8. Frame Rate > 60Hz 9. Contains video output capability 10. Weight < 25 ounces with batteries installed 11. Operates on standard or lithium 3 volt, CR 123 batteries (to maintain compatibility with all other electronic devises currently used in field operations) 12. Operational life of > 8 hours on a set of new batteries 13. Integrated, throw lever weapon mount compatible with MIL-STD 1913 Picitanny Rail 14. Compatible as a pass-through sight for day optic use 15. Functional as a weapon-mounted devise or a stand-alone unit Additional specifications, If the LWTS clip on thermal rifle scope is not available our backup option is the T-1 thermal imaging camera. T-1 forward looking, thermal, infra-red devise (FLIR), Detector Resolution 320 x 240, Image size/display 640 x 480, > 2 power zoom, waterproof to 20 feet, recoil rating of.308 caliber rifle or greater caliber, startup in < 5 seconds, frame rate > 60Hz, contains video output capability, Weight < 25 ounces with batteries installed, Operates on standard or lithium 3 volt, CR 123 batteries (to maintain compatibility with all other electronic devises currently used in field operations), Operational life of > 8 hours on a set of new batteries, Integrated, throw lever weapon mount compatible with MIL-STD 1913 Picitanny Rail, Compatible as a pass-through sight for day optic use, functional as a weapon-mounted devise or a stand-alone unit. 003 M 24 Specs 2 ea Unit Price = _________ Total Price ____________ 1. 640 x 480 pocket scope, 640 x 480 VOx microbolometer 2. Locking on/off switch to prevent accidental power on. 3. Digital zoom 4. Polarity control 5. Video output cable 6. DVR thermal video recording 7. Operates on 2 CR123 8. HOT swappable batteries. Allows the changing of one battery at a time without turning off the power to the unit for extended operation. 9. Waterproof at 66' for 2 hours 10. Environmental shock and vibration standards meet or exceed MIL-STD-810E 11. Weight < 14 ox (~400 grams) with batteries Additional specifications, handheld thermal imaging camera, 640 x 480 pocket scope, 640 x 480 VOx microbolometer, locking on/off switch to prevent accidental power on, digital zoom, polarity control, video output cable, DVR thermal video recording, operates on 2 CR123, HOT swappable batteries, waterproof at 66' for 2 hours, environmental shock and vibration standards meet or exceed MIL-STD-810E, Weight < 14 ox (`400grams) with batteries. 7. All work performance upon completion must be delivered FOB Destination to USDA APHIS (WS), 3430 Constitution Dr., STE 121, Springfield, IL 62711. The offerors price must include shipping to the FOB destination. 8. The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. 9. The provision at 52.212-2 Evaluation - Commercial Items applies to this solicitation. Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. A trade off process will be used to evaluate quotes. The Government intends to evaluate offers and award without discussion, however, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. The following factors shall be used to evaluate offers: Price; Technical capability including quality of materials and Delivery Schedule. Technical/quality factors and Delivery Schedule together are roughly equal to Price, with Technical/quality being highest of the non-price factors, and Price being the highest factor. 10. The provision 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications or return a completed copy of the Offeror Representations and Certifications with their quotation. The Online Reps and Certs Application Representations and Certifications Application (ORCA) can be found at http://www.bpn.gov., or a hard copy of the provision may be attained from http://www.arnet.gov/far. 11. The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. 12. The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government (Alternate I) ; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 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 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; 52.225-1 Buy American Act-Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR). 13. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. 14. Quotations are due to the United States Department of Agriculture, Minneapolis Contracting Office, 100 North Sixth Street, Butler Square, 5th Floor, Minneapolis, MN 55403 by 01:00 PM CST, August 20, 2011. Quotes may be sent via e-mail to leigh.d.eberhart@aphis.usda.gov, fax to 612-336-3550 or via mail to above address. (xvi) The point of contact for this solicitation is Leigh Eberhart who may be reached at leigh.d.eberhart@aphis.usda.gov, or phone at 612-336-3206, be sure to verify that your quote has been received. 15. A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: a. Price for the items, CLINS 001-003 which provides the total price and delivery. b. Signature of the offeror on the page which lists the price. c. Provide detailed prices for the specific features and equipment. Quotes should be of sufficient detail to determine their adequacy. d. References as requested above. e. A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or confirmation that this has been completed on-line. If an offerors quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offeror ineligible for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Purchasing/AG-6395-S-13-00143/listing.html)
 
Place of Performance
Address: United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS), Wildlife Service (WS), 3430 Constitution Dr., STE 121, Springfield, IL 62711., Springfield, Illinois, 62711, United States
Zip Code: 62711
 
Record
SN03146468-W 20130815/130813234944-8adbca8e5ccb24b834c8e6ae26692d5d (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.