DOCUMENT
67 -- REQUEST FOR QUOTE (RFQ) FOR WIDE AREA LONG RANGE SURVEILLANCE SENSOR (WALRSS) INFRARED CAMERA (IR) P/N 106258. - Attachment
- Notice Date
- 4/8/2015
- Notice Type
- Attachment
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AAQ-721 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)
- Solicitation Number
- 20491
- Response Due
- 4/17/2015
- Archive Date
- 4/17/2015
- Point of Contact
- Cilony Alejandro, cilony.alejandro@faa.gov, Phone: 405-954-7814
- E-Mail Address
-
Click here to email Cilony Alejandro
(cilony.alejandro@faa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- (WALRSS) INFRARED CAMERA (IR) P/N 106258. This is a Request for Quote (RFQ) for Wide Area Long Range Surveillance Sensor (WALRSS) Infrared Camera (IR) P/N 106258. The assets are to be shipped to Federal Aviation Administration (FAA) in Oklahoma City, OK. All quotes should be in accordance with attached Terms and Conditions. It is anticipated that a Fixed Price Purchase Order award will result from this announcement. The FAA will not pay for any information received or costs incurred in preparing the response to this RFQ. Therefore any cost associated with the submission is solely at the interested vendor ™s expense. RFQ Submission Please furnish a quote for PVPA Advanced EO System Cameras. Pricing should include freight if not FOB Destination project. Please include expected delivery time frame in the last column. Description Part Number QTY Total Delivery WALRSS IR Camera 106258 2 NOTE TO VENDOR: Please submit a quote (you may use your company ™s letterhead), incorporating the attached Terms and Conditions for this requirement, including a filled-out copy of the attached Business Declaration and the breakdown as shown above. Terms and conditions which differ, in part or in total, from those contained in this document will not be considered nor accepted by the Government. The terms and conditions herein may only be changed as a result of price negotiations, quantity / payment discounts offered by the Vendor, or changes to delivery terms / schedule for the supplies / services required as agreed to by both parties. In these instances, the Contracting Officer shall clearly document any agreements in the contract for the benefit of both parties prior to contract award. Responses should be submitted in a Microsoft Word document (preferred); however, portable document format (i.e..pdf file) is acceptable. The FAA will not respond to telephonic inquiries. All quotes should be submitted electronically to the following address: Cilony M. Alejandro: cilony.alejandro@faa.gov All responses to this announcement must be received by close of business, Friday, April 17, 2015 5:00 PM CST (Oklahoma Time). Terms and Conditions for IR Cameras 2.2.5-1 Terms and Conditions-Simplified Purchases (Services and Supplies) (October 2014) (a) 3.1-1 Clauses and Provisions Incorporated by Reference (July 2011) This screening information request (SIR) or contract, as applicable, incorporates by reference the provisions or clauses listed below with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make the full text available, or offerors and contractors may obtain the full text via Internet at: https://conwrite.faa.gov. 3.1.7-2 Organizational Conflicts of Interest (August 1997) 3.1.9-1 Electronic Commerce and Signature (July 2013) 3.2.2.3-82 Prohibition on Conducting Restricted Business Operations in Sudan - Certification (July 2012) 3.2.2.7-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (April 2011) 3.2.5-1 Officials Not to Benefit (April 1996) 3.2.5-3 Gratuities or Gifts (January 1999) 3.2.5-4 Contingent Fees (October 1996) 3.2.5-5 Anti-Kickback Procedures (October 2010) 3.2.5-8 Whistleblower Protection for Contractor Employees (April 1996) 3.3.1-1 Payments (April 1996) 3.3.1-15 Assignment of Claims (April 1996) 3.3.1-17 Prompt Payment (April 2012) 3.3.1-33 System for Award Management (August 2012) 3.3.1-34 Payment by Electronic Funds Transfer/System for Award Management (August 2012) 3.3.2-1 FAA Cost Principles (October 1996) 3.6.1-7 Limitations on Subcontracting (October 2011) 3.6.2-8 Affirmative Action Compliance (April 1996) 3.6.2-9 Equal Opportunity (August 1998) 3.6.2-13 Affirmative Action for Workers With Disabilities (October 2010) 3.6.2-38 Certification of Knowledge Regarding Child Labor End Products (July 2007) 3.6.2-39 Trafficking in Persons (January 2008) 3.6.2-44 Notification of Employee Rights Under the National Labor Relations Act (January 2012) 3.6.3-16 Drug Free Workplace (March 2009) 3.6.3-23 Delivery of Electronic and Paper Documents (October 2014) 3.6.4-5 Buy American Act-Steel and Manufactured Products (July 2010) 3.6.4-10 Restrictions on Certain Foreign Purchases (January 2010) 3.6.4-19 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (April 2013) 3.9.1-1 Contract Disputes (October 2011) 3.9.1-2 Protest After Award (August 1997) 3.9.1-3 Protest (October 2011) 3.10.1-7 Bankruptcy (April 1996) 3.10.1-25 Novation and Change-of-Name Agreements (October 2007) 3.13-4 Contractor Identification Number-Data Universal Numbering (DUNS) Number (August 2012) 3.13-5 Seat Belt Use by Contractor Employees (October 2001) 3.13-13 Contractor Policy to Ban Text Messaging While Driving (January 2011) (b) The Contractor shall comply with the following additional AMS clauses, incorporated by reference, unless the circumstances do not apply: 3.1.7-6 Disclosure of Certain Employee Relationships (July 2009) 3.2.5-7 Disclosure Regarding Payments to Influence Certain Federal Transactions (October 2010) 3.3.1-24 Fast Payment Procedures (October 1996) 3.6.2-2 Convict Labor (April 1996) 3.6.2-3 Walsh-Healey Public Contracts Act Representation (October 2010) 3.6.2-4 Walsh-Healey Public Contracts Act (October 2014) 3.6.2-5 Certification of Nonsegregated Facilities (March 2009) 3.6.2-12 Equal Opportunity for Veterans (October 2014) 3.6.2-14 Employment Reports on Veterans (January 2011) 3.6.2-28 Service Contract Act of 1965, as Amended (October 2014) 3.6.2-31 Fair Labor Standards Act and Service Contract Act-Price Adjustment (April 1996) 3.6.4-2 Buy American Act-Supplies (October 2014) 3.10.4-16 Responsibility for Supplies (April 1996) (c) The Contractor shall comply with the following AMS provisions or clauses that the Contracting Officer has indicated as being incorporated by reference: ___3.6.1-1 Notice of Total Small Business Set-Aside (January 2010) ___3.6.1-2 Notice of Very Small Business Set-Aside (July 2006) ___3.6.1-3 Utilization of Small, Small Disadvantaged and Women-Owned, and Service-Disabled Veteran Owned Small Business Concerns (March 2009) ___3.6.1-8 Notification of Competition Limited to Eligible SEDB Concerns (January 2010) ___3.6.1-12 Notice of Service-Disabled Veteran Owned Small Business set-Aside (October 2011) ___3.6.1-14 Notice of Partial Small Business Set-Aside (January 2010) ___3.6.3-13 Recycle Content and Environmentally Preferable Products (April 2009) ___3.6.3-20 IEEE 1680 Standard for the Environmental Assessment of Personal Computers (October 2014) ___3.6.3-20 Alternate I IEEE 1680 Standard for the Environmental Assessment of Personal Computers (October 2013) ___ 3.6.3-20 Alternate II IEEE 1680 Standard for the Environmental Assessment of Personal Computers (July 2013) ___3.10.1-8 Suspension of Work (September 1998) _X__3.10.1-9 Stop Work Order (October 1996) ___3.10.1-9 Stop Work Order, Alternate I (October 1996 ) ___3.10.1-10 Stop Work Order-Facilities (June 1999) ___3.10.1-11 Government Delay of Work (April 1996) __X_3.10.1-12 Changes-Fixed Price (April 1996) ___3.10.1-12 Changes-Fixed Price, Alt I (April 1996) ___3.10.1-12 Changes-Fixed Price, Alt II (April 1996) ___3.10.1-12 Changes-Fixed Price, Alt III (April 1996) ___3.10.1-12 Changes-Fixed Price, Alt IV (April 1996) ___3.10.1-12 Changes-Fixed Price, Alt V (April 1996) ___3.10.1-13 Changes-Cost-Reimbursement (April 1996) ___3.10.1-13 Changes-Cost-Reimbursement, Alt I (April 1996) ___3.10.1-13 Changes-Cost-Reimbursement, Alt II (April 1996) ___3.10.1-13 Changes-Cost-Reimbursement, Alt III (April 1996) ___3.10.1-13 Changes-Cost-Reimbursement, Alt IV (April 1996) ___3.10.1-13 Changes-Cost-Reimbursement, Alt V (April 1996) ___3.10.1-26 Contractor Performance Assessment Reporting System (April 2013) _X__3.10.6-1 Termination for Convenience of the Government (Fixed-Price) (October 1996) ___3.10.6-2 Termination for Convenience of the Government (Educational and Other Nonprofit Institutions) (October 1996) ___3.10.6-3 Termination (Cost-Reimbursement) (October 2014) ___3.10.6-3, Alt I Termination (Cost-Reimbursement) Alternate I (October 2014) ___3.10.6-3, Alt II Termination (Cost-Reimbursement) Alternate II (October 2014) ___3.10.6-3, Alt III Termination (Cost-Reimbursement) Alternate III (October 2014) ___3.10.6-3/Alt IV Termination (Cost-Reimbursement) Alternate IV (October 1996) ___3.10.6-3/Alt V Termination (Cost-Reimbursement) Alternate V (October 1996) __X_3.10.6-4 Default (Fixed Price Supply and Services) (October 1996) ___3.10.6-5 Default (Fixed-Price Research and Development) (October 1996) ___3.10.6-6 Default (Fixed Price Construction) (October 1996) _X__3.10.6-7 Excusable Delays (October 1996) (d) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. (e) Inspection and Acceptance. The Contractor must only tender for acceptance those supplies or services that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or re-performance of nonconforming services at no increase in contract price. If repair, replacement or re-performance will not correct the defects or is not possible to correct the defects in a time period deemed reasonable by the Government, the Government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights: (1) Within a reasonable time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/20491 to view the original announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/20491/listing.html)
- Document(s)
- Attachment
- File Name: Business Declaration (doc) (https://faaco.faa.gov/index.cfm/attachment/download/52217)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/52217
- File Name: 3.6.4-5Buy_American_-_Steel_and_Manufactured_Products[1] (docx) (https://faaco.faa.gov/index.cfm/attachment/download/52218)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/52218
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Business Declaration (doc) (https://faaco.faa.gov/index.cfm/attachment/download/52217)
- Record
- SN03693081-W 20150410/150408234828-a9897403c36bdcbf85d272f27c5fbcd2 (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 |