Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 20, 2014 FBO #4591
SOLICITATION NOTICE

58 -- Sensors Unlimited Warrior C2S

Notice Date
6/18/2014
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1225 South Clark Street, Arlington, VA 22202
 
ZIP Code
22202
 
Solicitation Number
HQ002049100000490500002A
 
Response Due
6/20/2014
 
Archive Date
12/17/2014
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
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.The solicitation number is HQ002049100000490500002A and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-74. The associated North American Industrial Classification System (NAICS) code for this procurement is 334413 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-06-20 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Alexandria, VA 22312 The WHS - Acquisition Directorate requires the following items, Brand Name or Equal, to the following: LI 001: Warrior C2S NIR-SWIR Clip on System. OPTIONAL EXTENDED RANGE WARRIOR C2S NIR-SWIR CLIP ON SYSTEM: Part # 8000-0937 640x512 Resolution (25micron pixel pitch) InGaAs focal plane array in HSX OEM Module with 0.7 um ? 1.7 um wavelength response, -40 degree Celsius to +70 degree Celsius operating temperature, integrated 800 x 600 SVGA display and relay optics. Product is designed to mate with Canon 5D Mark II and Mark III Cameras, and various Canon lenses to provide SWIR imagery utilizing existing visible optics and camera assemblies. System is powered by 3 CR-123 disposable batteries. Handheld and portable. Device is shipped with Operator?s Manual, quick start guide and watertight shipping case., 1, EA; LI 002: CANON EOS 5D MARK III KIT Part #5260B002, 1, EA; LI 003: CANON 100-400MM F/4.5-5.6L USM LENS Part #2577A002, 1, EA; LI 004: PELICAN IM2400 STORM CASE with Foam Part #IM2400, 1, EA; LI 005: CANON EF 1.4X EXTENDER III Part #4409B002, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, WHS - Acquisition Directorate intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. WHS - Acquisition Directorate is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Registered in the System for Award Management (SAM) database means that (1) The Offeror has entered all mandatory information, including the DUNS number or the DUNS+4 number, the Contractor and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see Subpart 4.14), into the SAM database; and (2) The offeror has completed the Core, Assertions, and Representations and Certification, and Points of contact sections of the registration in the SAM database; (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The Offeror will be required to provide consent for TIN validation to the Government as a part of the SAM registration process. (4) The Government has marked the record Active. Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. WAWF access. To access WAWF, the Contractor shall-- Have a designated electronic business point of contact in the System for Award Management at https:// www.acquisition.gov; and Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. The provision at 52.212-1, Instructions to Offerors-Commercial Items and Addendum to FAR 52.212-1 applies to this acquisition are as follows:, 52.252-1 http://www.acquisition.gov/far/, 52.252-5: (b) DFARS (Chapter 2), and 252.225-7000 252.209-7994: Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law?Fiscal Year 2014 Appropriations. REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW?FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-O0004) (OCTOBER 2013) (a) In accordance with section 101(a) of Division A of the Continuing Appropriations Act, 2014 (Pub. L. 113-46), none of the funds made available by that Act for DoD (including Military Construction funds) may be used to enter into a contract with any corporation that? (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that? (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) The clause at 52.212-4 applies to this acquisition are as follows: 52.204-9, 52.209-6, 52.214-34, 52.214-35, 52.223-6, 52.223-11, 52.247-34, 52.252-2, 52.252-6: (b) DFARS (Chapter 2), 252.204-7003, 252.225-7001, 252.232-7003. The Government will select the best overall offer based on price. The Government will award a contract to the responsible offeror whose offer will be the most advantageous to the Government in accordance with the requirement. Only those offerors determined to be in compliant with the requirements as stated in this solicitation will be considered for award. Non-conformance with this requirement may result in offerors quote being determined unacceptable. Quotes will not be accepted after 14:00ET, Friday, June 20, 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ002049100000490500002A/listing.html)
 
Place of Performance
Address: Alexandria, VA 22312
Zip Code: 22312
 
Record
SN03399808-W 20140620/140619022633-dd132105090f6c65e199f72d440bbb48 (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.