Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2014 FBO #4677
SOLICITATION NOTICE

58 -- Night Vision Goggles

Notice Date
9/12/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, 96543-4040
 
ZIP Code
96543-4040
 
Solicitation Number
F1C0CR4161A002
 
Archive Date
10/7/2014
 
Point of Contact
Amber M. San Gil, Phone: 6713664943, JoAnnelle Nededog-Flores, Phone: 6713664257
 
E-Mail Address
amber.sangil@us.af.mil, joannelle.nededog-flores@us.af.mil
(amber.sangil@us.af.mil, joannelle.nededog-flores@us.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number F1C0CR4161A002. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-76. THIS ACQUISITION IS SET ASIDE 100% FOR SMALL BUSINESSES. The North American Industrial Classification System (NAICS) code is 333314 and the small business size standard is 500 employees. The following commercial items are requested: CLIN 0001. Qty 64. Night Vision Goggles. PVS-15 Brand Name or Equal. SPECIFICATIONS: Dimensions: 4.25″(L) x 4.5″(W) x 3.0″(H) Weight: 22.9 oz. Finish: Matte Black, Corrosion Resistant Power: One (1) Standard AA Battery Battery Life: Approx. 10 Hours at Room Temp. Waterproof: 66′ Generation: Gen3 U.S. Resolution: 64 lp/mm (Typical) Film: Thin-Film Gate: Auto S:N: 25:1 Sensitivity: 1800uA/lm @2,856K Photocathode Magnification: 1X FOV: 40º Objective: F/1.2 Diopter: +2 to -6 Focus Range: 9.8″ to Infinity Adjustment: 52-80mm Interpupillary Temp: -26º to 120ºF (Operating), -60º to 160ºF (Storage) Includes: Batteries, Eye Cup Assemblies, Soft Carry Case, Lens Tissue, Sacrificial Windows, Demist shields and an Operator's Manual A helmet mount is required for each NVG set. The helmet mounts need to be compatible with the NVG and have a universal shroud. Delivery no later than 120 days after date of contract. Prices must be inclusive of shipping to Andersen Air Force Guam FB5240 36 LRS BLDG 18002 Arc Light Blvd. AAFB Yigo, Guam 96543 Mark For: 36 CRG MSgt Vanvynckt 366-7058/488-0335   All firms must be registered and active in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM/ to be considered for award. All quotes must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Quotes submitted by another firm on behalf of a SAM registered company with the intention of being award "care of" will not be accepted. All quotes must include registered DUNS, CAGE code, Tax ID, and small business status. FAR 52.212-1, Instructions to Offerors--Commercial Items applies to this request. 1. Price Quote - Price must be submitted for CLIN 0001. This is an all-or-none request; multiple awards will not be made. 2. Technical Acceptability - Quote must demonstrate the ability to meet the requirements of CLIN 0001. FAR 52.212-2, Evaluation-Commercial Items applies to this request. Award will be based on lowest price technically acceptable. Award will be made without discussions; however, the Government reserves the right to open discussion anytime during evaluation. Technical acceptability means meeting the minimum specifications under CLIN 0001and providing the information required by FAR 52.212-1. All quotes will be ranked based on price. Only the lowest priced quote will be evaluated for technical acceptability. If the lowest quote is deemed technically unacceptable, the next lowest quote will be considered, and so on until an offeror is identified to be technically acceptable. 1. Price: Quotes will be ranked first based on price from high to low. The price evaluation will document the reasonableness, and completeness of the total evaluated price. 2. Technical: The lowest offeror will move forward to the technical evaluation. If the lowest priced quote is deemed technically unacceptable, the Government will evaluate the technical acceptability of the next lowest offeror and so on until an awardee is identified. The award will be made to the lowest evaluated price whose offer is deemed technically acceptable. TECHNICAL CRITERIA RATINGS RATING DEFINITION Acceptable Quote clearly meets the minimum requirements of the solicitation. Unacceptable Quote does not clearly meet the minimum requirements of the solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items is included in this solicitation, and the offeror must include a completed copy of this provision with their quote or be currently registered in the SAM website with their Representations and Certifications completed. The following provisions and clauses apply to this acquisition: FAR 52.211-6, Brand Name or Equal; 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. Specifically, the following cited provisions and clauses are applicable to this acquisition: FAR 52.209-6, Protecting the Governments' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.219-6 Total Small Business Set Aside; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-14 Limitations on Subcontracting; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.223-18, Contractor Policy to Ban Text Messaging while Driving; FAR 52.225-1, Buy American Act - Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management. Additional provisions and clauses that apply to this acquisition are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payments Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7023, Transportation of Supplies by Sea ALT III; AFFARS 5352.201-9101 Ombudsman. Notice to Offeror(s): Funds are not presently available for this requirement. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs associated with offer preparation. Pricing made available to the Government under this request must be valid for a period of no less than 120 days. Any pricing made available for less than 120 days will not be accepted. Submit quotes via email to Amber San Gil at amber.sangil@us.af.mil and JoAnnelle Nededog-Flores at joannelle.nededog-flores@us.af.mil. Responses to this RFQ must be received via e-mail no later than 1000 hours EST on 22 September 2014. Oral quotes will not be accepted. Emailed quotes must be received at the stated addressee email inbox on time and the addressees must be able to open the email and all attachments. No other email receipt will be acceptable. The Government does not accept responsibility for non-receipt of quotes. It is the contractor's responsibility to request and receive confirmation of quote receipt.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/F1C0CR4161A002/listing.html)
 
Place of Performance
Address: Andersen Air Force Base, Guam, Guam, United States
 
Record
SN03510087-W 20140914/140913000728-c5fb54202c7f0c86677169a17c540284 (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.