Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2020 SAM #6743
SOLICITATION NOTICE

67 -- FLIR CAMERA MIDWAVE AND LONGWAVE LENSES and CALIBRATION

Notice Date
5/14/2020 9:23:56 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
NIWC PACIFIC SAN DIEGO CA 92152-5001 USA
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-20-Q-6371
 
Response Due
5/22/2020 12:00:00 AM
 
Archive Date
06/06/2020
 
Point of Contact
Adina Conwell
 
E-Mail Address
adina.conwell1@navy.mil
(adina.conwell1@navy.mil)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 separate written solicitation will not be issued. BRAND NAME REQUIREMENT � FLIR COMMERCIAL SYSTEMS, INC. Competitive quotes are being requested under Request for Quote (RFQ) Number N66001-20-Q-6371. The North American Industry Classification System (NAICS) code applicable to this acquisition is 333314, Photographic Equipment and Accessories and the small business size standard is 500 employees. DESCRIPTION OF REQUIREMENTS The Government is seeking to acquire FLIR CAMERA, MIDWAVE AND LONGWAVE LENSES and CALIBRATION. To be considered acceptable and eligible for award, quotes must provide all of the items and quantities listed below. The Government will not consider quotes or offers for partial items or quantities. Anticipated contract line items are as follows: ITEM 0001: MAINTENANCE LW CAMERA DESCRIPTION: General Maintenance P/N: GM-T1 QTY: 1 LOT ITEM 0002: ADDITIONAL LENS CAL DESCRIPTION: CALIBRATION LW CAMERA P/N: CAM-LENS CALIB QTY: 1 LOT ITEM 0003: LENS W/CASE MOUNTING SUPPORT DESCRIPTION: 76mm Lens; FOV 6� x with Case & Mounting Support (A3xx) P/N: T197407 QTY: 1 LOT ITEM 0004: MAINTENANCE MW CAMERA DESCRIPTION: General Maintenance P/N: GM & CAL QTY: 1 LOT ITEM 0005: ADDITIONAL LENS CAL DESCRIPTION: CALIBRATION MW CAMERA P/N: CAM-LENS CALIB PR QTY: 1 LOT ITEM 0006: 200MM LENS HDC BAYONET DESCRIPTION: 200mm lens, 3.0-5.0 um, f/2.5 (HDC Bayonet) P/N: 4215504 QTY: 1 LOT ITEM 0007: ORYX 12.3 MP CAMERA P/N: ORYX-10G-123S6M QTY: 1 EACH ITEM 0008: A/C POWER SUPPLY P/N: ACC-01-9013 QTY: 1 EACH ITEM 0009: SHIPPING QTY: 1 LOT The expected Delivery is: 30 Days ARO, FOB: Destination DELIVERY ADDRESS: NIWC PAC 4297 Pacific Highway BLDG OT7 San Diego, CA 92110-5000 OFFEROR INSTRUCTIONS The Government intends to award a Firm Fixed Price contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation represents the Lowest Price Technically Acceptable (LPTA) offer as defined in the ""EVALUATION FACTORS FOR AWARD"" Section below. A complete quote must be received for consideration. Respond to each item listed below, if the response is ""None"" or ""Not applicable,"" explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be non-responsive and ineligible for contract award. A complete quote includes a response and submission to each of the following: 1. General Information: Offeror Business Name, Address, Cage and DUNS Codes (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contract (to include telephone and e-mail address) and provide a GSA contract number if some or all items proposed are on the GSA schedule. 2. Technical Documentation: a. Technical Specifications: Include a concise, clear quote reflecting the services/supplies as specified in the DESCRIPTION OF REQUIREMENTS. Offerors are encouraged to submit product manufacturer specifications, pictures, brochures, or and other pertinent technical information of the quoted FLIR products to facilitate the evaluation. The offer must address and meet the requirements/specifications as defined under Technical Factor I below. b. Sustainable Acquisitions Information and Certification: The contractor shall comply with all sustainable acquisition policies in an effort to minimize the Government's environmental impact and deliver community benefits through better selection and improved usage of products and services. In accordance FAR 23, sustainable acquisition policies apply to both contracts for supplies and services that require the delivery, use, or furnishing of products/services to the Government. Indicate if any the following sustainable acquisition categories apply to any products or services proposed: Energy Efficient, Water Efficient, Recycled, Bio-Based, Environmentally Preferable, Non-ozone depleting substances, Less Toxic and/or Less GHGs. c. Authorized Source Confirmation: The following product certification statement below applies to line items CLIN 0001 � CLIN 0008 and each offeror must submit supporting documentation, as needed: To be considered for award, the offeror/contractor is required to submit documentation confirming that they are an authorized source. An ""Authorized Source"" is defined as the original manufacturer, a source with the express written authority of the original manufacturer. d. Counterfeit Information Technology (IT) Certification: The following IT related statement applies to line items CLIN 0001 � CLIN 0008 and each offeror must explicitly confirm and submit supporting documentation, as needed: The offeror certifies that the product(s) being delivered are new and in their original packaging. The subject product(s) are eligible for all manufacturer warranties and other ancillary services or options provided by the original manufacturers, authorized suppliers, or suppliers that obtain parts from the manufacturer or its authorized supplier. The offeror further certifies that it is authorized by the manufacturer to sell the product(s). The offeror is required to submit documentation identifying its supply chain for the product(s). Within the aforementioned documentation, the offeror shall also identify the country of manufacture and indicate one of the following, if applicable: � Manufacturing occurs in the U.S., but more than 50% of the cost of components is from foreign/nonqualifying country content � Originally foreign manufactured products substantially transformed in the United States or a designated country The offeror assumes responsibility for authenticity. Costs of counterfeit parts are unallowable unless the conditions set forth in DFARS 231.205-71(b) are met. By making an offer, the offeror acknowledges that a full or partial termination for default/cause for non- compliant awarded items may occur if any of the products provided are not recognized or acknowledged by the manufacturer as new products eligible for warranties and all other ancillary services or options provided by the manufacturer, or the offeror was not authorized by the manufacturer to sell the product in the U.S. 3. Price Quote: Submit complete pricing for each individual item listed in the ""DESCRIPTION OF REQUIREMENTS"" Section above to include the unit of issue, the extended price for each line item and a total price in US Dollars ($). Note: Ensure FOB Destination shipping costs are included in the pricing. 4. Commercial Warranty: If available, provide the terms and length of the Workmanship and/or Manufacturer Warranty on the product(s) and/or services proposed included in the proposed purchase price. EVALUATION FACTORS FOR AWARD: Basis for Award: The Government intends to award a contract to the lowest priced, technically acceptable offeror, who is registered in the System for Award Management (SAM); however, the Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. An offer will be considered non-responsive if technical acceptability is not met. Technical Acceptability is defined in Factor I below. Factor I � Technical: The Government will evaluate the quote to see if the following specification requirements are met to include all information required for a complete quote as defined in paragraph 2 above: This requirement contains supplies that are Brand Name pursuant to FAR 11.105, Items Peculiar to One Manufacturer. To be considered for award, the offeror is required to certify that the product being offered is an original, new, and Trade Agreements Act (TAA) compliant (reference 2(c) above) FLIR product. The Government will only accept the required brand name product as specified in Attachment 01. Factor II � Price: The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm-fixed-price for all line items. The total firm-fixed-price shall include all applicable taxes, shipping, and handling costs to the shipping address listed above as outlined in paragraph 3 above. DUE DATE AND SUBMISSION INFORMATION Eligible Offerors: All offerors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means offerors shall have registered CAGE and DUNS Codes. Page Limitations: None Formatting Requirements: Submit quotes in electronic PDF or Excel format; and text shall be formatted on an 8 � by 11 inch page in 12 point Times New Roman font. Questions Due Date and Submission Requirements: All questions must be received before 20 May 2020 at 12:00 PM, Pacific Standard Time. Questions must be uploaded on the NAVWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under NIWC Pacific/Simplified Acquisitions/N66001-20-Q-6371. Include RFQ# N66001-20-Q-6371 on all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on 22 May 2020 at 12:00 PM, Pacific Standard Time. Quotes must be uploaded on the NAVWAR e-Commerce website at https://e- commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions N66001-20-Q-6371. E-mail quotes or offers will not be accepted and late quotes will not be accepted. NAVWAR e-Commerce website Assistance: For e-Commerce technical issues, contact the SPAWAR Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil. Government RFQ Point of Contract: The point of contact for this solicitation is Adina Conwell at adina.conwell1@navy.mil. Reference RFQ# N66001-20-Q-6371on all email exchanges regarding this acquisition. RFQ ATTACHMENTS 1. Redacted Brand Name � Justification for Non-Competitive Procurement APPLICABLE PROVISIONS AND CLAUSES This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2020-05 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20200408. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at https://www.acquisition.gov/content/regulations. The following FAR and DFARS provisions, incorporated by reference, apply to this acquisition: 52.204-7 System for Award Management (Oct 2018) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations�Representation (Nov 2015) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7016 Covered Defense Telecommunications Equipment or Services � Representation (Dec 2019) 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services � Representation (Dec 2019). The following FAR and DFARS clauses, incorporated by reference, apply to this acquisition: 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.212-4 Contract Terms and Conditions�Commercial Items (Oct 2018) 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders� Commercial Items (Mar 2020) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.204-7003 Control of Government Personnel Work (Apr 1992) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 19) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Dec 2019) 252.225-7048 Export-Controlled Items (Jun 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) 252.232-7006 Wide Area WorkFlow Payment Instructions (Dec 2018) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.243-7001 Pricing of Contract Modifications (Dec 1991) 252.247-7023 Transportation of Supplies by Sea � Basic (Feb 2019) NOTE: The Government reserves the right to incorporate additional clauses into the resulting order, as required by law or statute.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/206ff74ec5d948799f46f27e68b20f77/view)
 
Record
SN05658280-F 20200516/200514230159 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.