SOLICITATION NOTICE
69 -- SCOPES
- Notice Date
- 7/16/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
- ZIP Code
- 23461-2299
- Solicitation Number
- H92244-14-T-0247
- Archive Date
- 9/2/2014
- Point of Contact
- Danyiele F. Peterson, Phone: 757-862-9466
- E-Mail Address
-
danyiele.peterson@vb.socom.mil
(danyiele.peterson@vb.socom.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items (supplies) prepared in accordance with the format at FAR Subpart 12.6., as supplemented with additional information included in this notice, and is being conducted pursuant to FAR Part Subpart 12.6 and FAR Part 13. The Request for Quote (RFQ) number is H92244-14-T-0247. The synopsis/solicitation constitutes a RFQ and incorporates provisions and clauses in effect through Federal Acquisition Circular No. 2005-74 dated July 1, 2014. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This procurement is 100% small business set-aside and the associated North American Industrial Classification code (NAICS) is 333314 with a business size standard of 500 employees. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 M504 RifleScope 85 Each FFP MIL-SPEC, 5-25x56mmF1, Zero Stop, WZR,.1 Mil Radian, TREMOR 3 (T3) Part Number: M504 Manufacturer: Nightforce Optics ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001 65 Each OPTION M504 RifleScope FFP MIL-SPEC, 5-25x56mmF1, Zero Stop, WZR,.1 Mil Radian, TREMOR 3 (T3) Part Number: M504 Manufacturer: Nightforce Optics This is a Brand Name requirement for scopes manufactured by Lightforce USA d/b/a Nightforce Optics. BRAND NAME JUSTIFICATION: These items are life-cycle replacement for existing scopes by the same manufacturer. The Government stocks common use parts to support the upkeep for these scopes. The user is familiar with the scope and would require no further training to use operationally. DELIVERY INFORMATION: 30 DAYS AFTER DATE OF CONTRACT AWARD OR EARLIEST DELIVERY CLAUSES FAR 52.202-1 Definitions Nov 2013 FAR 52.203-3 Gratuities Apr 1984 FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006 FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity May 2014 FAR 52.204-7 System for Award Management Jul 2013 FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Jul 2013 FAR 52.204-13 System for Award Management Maintenance Jul 2013 FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Aug 2013 FAR 52.211-14 Notice of Priority Rating for National Defense Emergency Preparedness & Energy Program Use Apr 2008 FAR 52.212-1 Instructions to Offerors - Commercial Items Apr 2014 FAR 52.212-3 Offeror Representations and Certifications - Commercial Items May 2014 FAR 52.212-4 Contract Terms and Conditions-Commercial Items May 2014 FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items Jan 2014 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.219-8 Utilization of Small Business Concerns May 2014 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies Jan 2014 FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-35 Equal Opportunity for Veterans Sep 2010 FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct 2010 FAR 52.222-37 Employment Reports on Veterans Sep 2010 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011 FAR 52.233-1 Disputes May 2014 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.233-4 Applicable Law For Breach Of Contract Claim Oct 2004 FAR 52.242-13 Bankruptcy Jul 1995 FAR 52.243-1 Changes - Fixed Price Aug 1987 FAR 52.247-34 F.o.b. Destination Nov 1991 FAR 52.249-8 Default (Fixed Price Supply & Services) Apr 1984 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep 2013 Nov 2011 DFARS 252.204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7004 Alt A System for Award Management Alternate A Feb 2014 DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country Jan 2009 DFARS 252.211-7003 Item Unique Identification and Valuation Dec 2013 DFARS 252.225-7000 Buy American -Balance of Payments Program Certificate Jan 2014 DFARS 252.225-7001 Buy American and Balance of Payments Program Dec 2012 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Dec 2012 DFARS 252.225-7012 Preference For Certain Domestic Commodities ( Feb 2013 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.243-7002 Requests for Equitable Adjustments Dec 2012 DFARS 252.247-7023 Transportation of Supplies by Sea Alt II (Apr 2014) Apr 2014 SOFARS 5652.252-9000 Notice of Incorporation of Section K 1998 CLAUSES INCORPORATED BY FULL TEXT Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (May 2014) - Alternate 1 May 2014 FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 FAR 52.217-7 Option for Increased Quantity - Separately Priced Line Item Mar 1989 The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within one year of the date of the contract award. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer Jan 2005 The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Christine Anderson, telephone (757) 862-9469. SOFARS 5652.204-9003 Disclosure of Unclassified Information and Notification Requirements for Cyber Security Breaches 2013 (a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor's organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor's external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM. (b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office. (c) The protection of sensitive but unclassified data reflecting Special Operations technologies, personnel, plans, and business associations requires due diligence on the part of those in possession of such information. The application of appropriate security measures to ensure the safekeeping of USSOCOM and company proprietary data, intellectual property, and personnel data is the responsibility of all parties who have access to such information. All contractors supporting USSOCOM are required to inform the Contracting Officer within three business days of when there has been a breach or successful penetration of the contractor's network(s) or information system(s). Breaches include unauthorized intrusions of the contractor's server(s) from external parties whether through introduction of malware, hacking, the compromise of access passwords, or any other unauthorized access or compromise. Breaches also include the physical loss of storage media such and disks, hard drives, thumb drives, laptops or other devices which contain duplicates of information contained on the contractor's data systems, or the willful or accidental transmission, copying or posting of contract information which has not been specifically authorized by the Contracting Officer. Estimates of damage and mitigation strategies will be submitted to the Contracting Officer within a period following the breach specified and agreed upon by the Contractor and the Contracting Officer. (d) The Contractor shall include a similar requirement to this clause in each subcontract under this contract. Subcontractors shall submit request for authorization to release and notifications related to cyber security breaches through the prime contractor to the Contracting Officer. (e) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, newspaper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer. SOFARS 5652.233-9000 Independent Review of Agency Protests 2011 All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision shall be made through the Contracting Officer to the HCD/FCO. If the HCD/FCO is the Contracting Officer, submit the request in accordance with FAR 33.103(d)(4) to: Chief of Contracting, N01K, 1636 Regulus Avenue, Virginia Beach, VA 23461-2299, Fax (757) 862-9478. INVOICING INSTRUCTIONS ALL INVOICES SHOULD BE EMAILED INVOICES@VB.SOCOM.MIL, FAXED (757) 862-0809, OR SUBMITTED TO THE FOLLOWING ADDRESS FOR PAYMENT VERIFICATION. IN TURN, THIS OFFICE WILL FORWARD TO THE APPROPRIATE PAYMENT OFFICE FOR PROCESSING. NSWDG ATTN: ACCOUNTS PAYABLE 1636 REGULUS AVENUE BUILDING 302 VIRGINIA BEACH, VA 23461 PLEASE REFERENCE YOUR PURCHASE ORDER/CONTRACT NUMBER ON ALL INVOICES. INVOICES SHOULD CONTAIN THE FOLLOWING INFORMATION: 1. NAME AND ADDRESS OF VENDOR (AS SHOWN ON PURCHASE ORDER) 2. INVOICE DATE 3. PURCHASE ORDER/CONTRACT NUMBER, AS SPECIFIED ON ORDER 4. VENDOR INVOICE NUMBER 5. DESCRIPTION (INCLUDING CONTRACT LINE ITEM, PRICE & QUANTITY OF GOODS AND SERVICES PROVIDED 6. SHIPPING & PAYMENT TERMS (IF APPLICABLE) 7. SHIPPING NUMBER & DATE OF SHIPMENT, INCLUDING PAID FREIGHT BILL*, (IF APPLICABLE) 8. TERMS OF ANY DISCOUNT FOR PROMPT PAYMENT OFFERED 9. POINT OF CONTACT FOR INVOICE DISCREPANCIES TO INCLUDE NAME, TITLE, TELEPHONE NUMBER, AND E-MAIL ADDRESS *******The paid freight bill over $100.00 must be provided with invoice. Invoice will not be processed if not included.********** EVALUATION FACTORS FOR AWARD FAR 52.212-2 Evaluation - Commercial Items Jan 1999 (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in descending order of importance: (1) Technical: Offeror shall submit documentation (i.e., product literature, brochures, etc.) that demonstrates that it can provide the items required in this solicitation. (2) Delivery: Offeror shall demonstrate its ability to meet delivery schedule. (3) Price: Offeror shall submit a detailed price quote that identifies unit price(s) and total proposed price. Offeror shall identify its DUNS, CAGE, Tax Identification Number, Business Size and validity of quote. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Clause) All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Danyiele Peterson, Contract Specialist; Email address: danyiele.peterson@vb.socom.mil. In order to comply with the debt collection improvement act of 1966, all contractors must be registered and have an active registration in the System for Award Management (SAM) to be considered for an award of a federal contract. This system combines data that was formerly contained in the Central Contractors Registration (CCR) and Online Representation and Certifications (ORCA). For information, review the SAM website at https://www.sam.gov. All responsible sources may submit a quotation which shall be considered by the agency. Quotes are due no later than 10:00 A.M. ET on 18 August 2014. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government. Quotes may be submitted electronically via e-mail to The offeror agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. Quotes can be emailed to danyiele.peterson@vb.socom.mil or mailed in the United States postal mail to NSWDG, Attn: Danyiele Peterson, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-14-T-0247/listing.html)
- Record
- SN03426848-W 20140718/140716234716-bc3ed3e51ea333ccd7c3a0a0a0cdbe2a (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 |