Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2013 FBO #4298
SOLICITATION NOTICE

66 -- Contemplated FLIR Cameras - Redacted Brand Name J&A

Notice Date
8/29/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1T0EB3043AG01
 
Archive Date
9/28/2013
 
Point of Contact
Brian T. Zavertnik, Phone: 8508823349, Christopher K. Slater, Phone: 8508820334
 
E-Mail Address
Brian.Zavertnik@eglin.af.mil, christopher.slater@eglin.af.mil
(Brian.Zavertnik@eglin.af.mil, christopher.slater@eglin.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Redacted Brand Name J&A *THIS IS AN UNFUNDED FY13 REQUIREMENT AT THIS TIME; HOWEVER, FUNDS ARE EXPECTED TO BECOME AVAILABLE BY 30 SEPTEMBER 2013. PLEASE RESPOND TO THIS REQUEST FOR QUOTE WITH AN OFFER THAT IS VALID THROUGH 30 SEPTEMBER 2013. IF FUNDS DO NOT BECOME AVAILABLE BY CLOSE OF BUSINESS 30 SEPTEMBER 2013, THIS RFQ/RFP IS AUTOMATICALLY CANCELLED. The Operational Contracting Division, Air Force Test Center (AFTC/PZIOAB), Eglin AFB, FL intends to solicit, negotiate, and award a Firm-Fixed Price, brand name only contract for two (2) FLIR SC8000 high speed medium wavelength infrared cameras, two (2) SC8000 Series ExaminIR Recording and Analysis Packages, two (2) InSb Camera Lenses, and eight (8) filter holders. This is a combined Synopsis/Solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quotation is being requested, and a written request for quotation will not be issued. This solicitation is issued as Request for Quotation (RFQ) F1T0EB3043AG01. The North American Industry Classification System (NAICS) code for this acquisition is 333314 with a small business size standard of 500 employees. Please identify your business size in your response based upon this standard. This is a 100% small business set aside, Brand Name Requirement. Only FLIR Systems will be considered for award. This requirement is for: CLIN 0001: QUANTITY 2 -- HARDWARE. MODEL SC8202HS BROADBAND INSB (1.5-5.0UM) 1024X1024, F/4.0, 16-CHANNEL. INCLUDES SHIPPING, FIRM FIXED PRICE. P/N: 26985-202 CLIN 0002: QUANTITY 2 -- THERMAL IMAGING CAMERA PACKAGE. MODEL SC8000 SERIES EXAMINIR RECORDING AND ANALYSIS PACKAGE TO INCLUDE: 1 EACH P/N: 24796-202, FLIR EXAMINIR PRO; 1 EACH P/N: 4109668, 100 MM INSB LENS; 1.5-5 MICRON BAND PASS F/4.0; BAYONET MOUNT OPTICAL INTERFACE; 1 EACH CAL -10 INSB STD THERMOGRAPHIC CAL FOR NEGATIVE (-) 20 DEGREES CELSIUS TO POSITIVE (+) 350 DEGREES CELSIUS; 1 EACH P/N: 222-0006-05 EXTENDED RING SET (SET OF 4 RINGS). PACKAGE P/N: PKG-SC8000. CLIN 0003: QUANTITY 2 -- HARDWARE. 50MM INSB LENS 1.5-5.0 MICRON BAND PASS F/4.0 BAYONET MOUNT OPTICAL INTERFACE. P/N: 4109667 CLIN 0004: QUANTITY 8 - FILTER HOLDER, 1 INCH DIAMETER, BARE. P/N 222-0012-01 Quoted price shall include FOB Destination. The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-67 effective 22 July 2013: • FAR 52.204-13; Central Contractor Registration Maintenance • FAR 52.212-4, Contract Terms and Conditions-Commercial Items; • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - -Commercial Items; incorporating the following:  FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards  FAR52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR52.219-6, Notice of Total Small Business Set-Aside FAR52.219-14, Limitations on Subcontracting FAR52.219-28, Post-Award Small Business Program Representation  FAR 52.222-3, Convict Labor;  FAR 52.222-19 Child Labor - Cooperation With Authorities and Remedies;  FAR 52.222-21, Prohibition of Segregated Facilities;  FAR 52.222-26, Equal Opportunity;  FAR 52.222-36, Affirmative Action for Workers With Disabilities;  FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans  FAR 52.225-13, Restrictions on Certain Foreign Purchases;  FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration;  FAR 52.223-18, Encouraging Contractor Policies to Ban Text messaging While Driving • FAR 52.247-34, FOB Destination • FAR 52.223-11, Ozone-Depleting Substances • FAR 52.232-8, Discounts for Prompt Payment • FAR 52.232-18, Availability of Funds • FAR 52.252-2, Clauses Incorporated by Reference http://farsite.hill.af.mil/ • FAR 52.212-2, Evaluation-Commercial Items. Technical Acceptability of items offered. • FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Offerors must submit a complete copy with their offers or certification that these have been completed online via Online Representations and Certifications Application [ORCA] at https://orca.bpn.gov); • DFARS 252.204-7003, Control of Government Personnel Work Product • DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights • DFARS 252.212-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items, incorporating the following:  DFARS 252.225-7001, Buy American Act and Balance of Payments Program;  DFARS 252.232-7003, Electronic Submission of Payment Requests;  DFARS 252.247-7023, Transportation of Supplies by Sea, with Alt III; • DFARS 252.232-7010; Levis on Contract Payments • AFFARS 5352.201-9101, Ombudsman; • LOCAL CLAUSE H-850: Wide Area Workflow Please provide a response to clause DFARS 252.209-7999 with your quotation. To view the provisions and clauses in full text, visit the web site http://farsite.hill.af.mil Wide Area Workflow (WAWF) invoicing instructions will be incorporated in the contract document at award. Vendors must be registered in SAM (www.sam.gov) before award can be made. All questions must be submitted by 1600 (central), 10 September 2013. If your company is capable of providing this item, a proposal containing pricing and product literature must be received NLT 4:00 (central), 13 September 2013. Provide estimated delivery date ARO. Pricing should include shipping and delivery costs, FOB Destination. Send all offers to Contract Specialist Brian Zavertnik at brian.zavertnik@eglin.af.mil. (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5d575480ae3554b6a3fd1e2a1e4f36a2)
 
Place of Performance
Address: Eglin Air Force Base, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN03168497-W 20130831/130830000340-5d575480ae3554b6a3fd1e2a1e4f36a2 (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.