Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2015 FBO #5017
MODIFICATION

67 -- FLIR 6700sc

Notice Date
8/17/2015
 
Notice Type
Modification/Amendment
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Material Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
FA2823-15-T-0004
 
Archive Date
9/12/2015
 
Point of Contact
Savannah J. Evans,
 
E-Mail Address
savannah.evans@us.af.mil
(savannah.evans@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial services and/or supplies prepared in accordance with the format in FAR 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 is a Request For Quote (RFQ) and the solicitation number for this requirement is FA2823-15-T-0004. The AFMC AFTC/PZIOA, Eglin AFB, Florida, requires: Camera FLIR A6700sc (quantity 1), 50mm broadband lens (quantity 1), and filter holder (quantity 4). DESCRIPTION OF REQUIREMENT: The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 effective 20150803, DFAR DPN 20150626, and AFFAR AFAC 20150406. The North American Industry Classification System code (NAICS) is 333314, with a Small Business Size Standard of 500 employees. A firm fixed price contract will be awarded. IAW FAR 52.219-6, this acquisition is a Total Small Business Set-Aside. The following items are required: CLIN Description Qty 0001 FLIR 6700sc InSb (1.0-5.0m), 640x512, f/2.5, GigE, 60Hz, w/ ResearchIR Max. PN 29350-200 1 0002 50mm broadband lens, 1.5-5.0m, f/2.3. PN 4107603-000 1 0003 Filter Holder, 1" diameter, bare. PN 222-0012-01 4 THE FOLLOWING ARE CONSIDERED REQUIRED DOCUMENTATION: 1. Complete the Blocks 12, 17a, 17b, 30 a-c on the Standard Form (SF) 1449. An authorized official of the firm must sign and date the SF 1449 in Block 30 a-c. 2. Continuation of the SF 1449 pages 3 through 7 with proposed pricing for all line items including all option periods. 3. All Representations, Certifications, and Acknowledgments executed as set forth in this RFP. Offeror shall also include Data Universal Numbering system (DUNS), Tax Identification Number (TIN) and Commercial and Government Entity Code (CAGE) as well as Remittance Address if different from offeror's address. 4. Acknowledgement of all amendments issued by signing the amendment and returning it or completing the information below the "List of Attachments" in this solicitation. 5. All offerors are required to complete and submit Attachment #2 of this solicitation IAW 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. BASIS FOR AWARD: 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: Lowest Price Technically Acceptable. Reference below Addendum to 52.212-2, Evaluation -- Commercial Items for more information. DELIVERY ADDRESS: 96 TW LMCA MHU BLDG 33 Eglin AFB, FL. 32542 FOB: Destination. PROVISIONS/CLAUSES: SEE ATTACHED SOLICITATION - RFQ FA2823-15-T-0004 ADDENDA TO 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 this solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable. 1) Price 2) Technical capability of the item offered to meet the Government requirement Price - Received quotes will be ranked and arranged by price (lowest first) before the Government assesses technical capability. Rankings/arrangement will based on total price inclusive of transportation charges from the shipping point of the supplier to the delivery destination. Technical - An offeror must provide specific evidence that they are capable of fulfilling the requirement. Technical criteria will be evaluated by a technical advisor for compatibility/functionality review and rated IAW Table A-1 (as provided below). Documents submitted in response to this solicitation must be fully responsive to and consistent with the following (if applicable): (1) Requirements of the solicitation, Statement of Need and government standards and regulations pertaining to this requirement. Table A-1. Technical Acceptable/Unacceptable Ratings Rating Description Acceptable Quote clearly meets the minimum requirements of the solicitation. Unacceptable Quote does not clearly meet the minimum requirements of the solicitation. If the lowest priced offer is determined to be technically acceptable, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. If the lowest priced offeror is evaluated to be technically unacceptable the next lowest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is determined to be technically acceptable, or until all offerors are evaluated. b) 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 Provision) All offers must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov/portal/public/SAM/. Lack of registration in the SAM database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Offers are due on Friday, 28 August 2015 by 9:00 AM CST. Any questions regarding this solicitation must be submitted not later than Thursday 20 August 2015. Any questions submitted after this date, may not be answered. Submit offers or any questions to the attention of Savannah Evans, by email to savannah.evans@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/283603eef3329985b13ed32ab2b15c00)
 
Place of Performance
Address: 96 TW LMCA MHU BLDG 33, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN03842543-W 20150819/150817235832-283603eef3329985b13ed32ab2b15c00 (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.