Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2005 FBO #1441
SOLICITATION NOTICE

58 -- Laser Aiming/Illuminating Device

Notice Date
11/4/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
PO BOX 5400 Albuquerque, NM
 
ZIP Code
00000
 
Solicitation Number
DE-RQ52-06NA27245
 
Response Due
11/18/2005
 
Archive Date
12/18/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Responses shall reference "Request for Quote ??? No. DE-RQ52-06NA27245." This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06. This acquisition is a 100% small business set-aside. Offerors responding should indicate whether or not they are a small business, small woman-owned business, small disadvantaged business, veteran owned small business, service disabled veteran owned small business, 8(a) business, or HUBZone. The North American Industry Classification System (NAICS) Code is 334511 with a corresponding qualifying size standard of 750 employees (indicates maximum allowed for a concern, including its affiliates, to be considered small). The U.S. Department of Energy/NNSA Service Center intends to purchase qty, 450, Laser aiming/illuminating devices, embodying the following required specifications: ??? U.S. manufactured. ??? Visible aiming or other day aiming capability and IR capabilities including pointing and illuminating in a single unit. ??? Vendor???s equipment should be current off the shelf and not in a pre-production or development stage. ??? Able to withstand the recoil from individual or crew served weapons (5.56, 7.62 or .50 cal, or 40mm) and maintain its zero settings. ??? IR systems and aiming laser have windage and elevation adjustment controls. ??? Low battery indicator. ??? IR illuminator selectable for various length pulses or sequences of pulses. ??? Mechanism to reduce laser output to eye-safe levels for force-on-force training. ??? Wired or wireless remote activator switch. ??? Has the capability to utilize pattern generators for force identifiers or target marking. ??? Unit housing can be comprised of metal or other materials as long as it can stand up to harsh environmental conditions. ??? Power source is required to maintain operational capability for at least one hour (e.g. continually on in high mode). ??? Mountable on weapons systems with rails. ??? Switch or switches to select illuminator, pointer and aiming laser. ??? Switches for both low and high power for the IR illuminator, IR pointer, and aiming laser or have combination switches that control power and function of the IR and visible laser mode. ??? Capable of visibility/range equal to 2000 meters (in IR mode) or greater. ??? The frequency of the IR has to be compatible with current manufactured Combat Identification Devices, which are activated by IR light (e.g. Guardian Lights). For technical evaluation purposes, literature on device or device description is required to be submitted along with proposal. Delivery requested NLT January 15, 2006. Delivery Location: U.S. Department of Energy/TRALOC, Attn: Rich Rudder, 4th Avenue, Bldg. 1789, Barling, AR 72923. **Please Note: Before the contract is awarded to the offeror, offeror MUST be registered on the following websites: http://www.ccr.gov and http://vets100.cudenver.edu. The offeror must also include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications -- Commercial Items (March 2005) or note that offeror is registered on the Online Representations and Certifications Application (ORCA) web site at http://orca.bpn.gov. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Only those Offerors who can furnish the items that meet all the requirements specified herein will be considered. Award will be made based on the lowest evaluated price and technically acceptable offer received. If unable to meet the required delivery date, offeror may propose an alternative delivery date. Offerors proposing an alternative delivery date will only be considered for award if no technically acceptable proposals are received which meet the requested delivery date. In the event that no offeror can meet the requested delivery date, award will be made to the technically acceptable offeror whose proposal represents the best value to the government, price and proposed delivery schedule considered. All Offerors will need to include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certification -- Commercial Items with the offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. Paragraph (a) under FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies as do the following clauses under paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-6, Notice of Total Small Business Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-21, Prohibition of Segregated Facilities; 52.222-03, Convict Labor; 52.222-19, Child Labor; FAR 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.225-1, Buy American Act; 52.225-13, Restrictions on Certain Foreign Purchases and FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. All commercial provisions and FAR clauses referenced in this solicitation are available in full text at the following website location: http://www.arnet.gov/far/. The following local clause applies to this acquisition: LOBBYING RESTRICTION (ENERGY & WATER DEVELOPMENT APPROPRIATIONS ACT, 2004) The contractor agrees that none of the funds obligated on this award shall be expended, directly or indirectly, to influence congressional action on any legislation or appropriation matters pending before Congress, other than to communicate to Members of Congress as described in 18 U.S.C. 1913. This restriction is in addition to those prescribed elsewhere in statute and regulation. (End of Clause) Electronic responses/offers to this combined synopsis/solicitation will be accepted via the Industry Interactive Procurement System (IIPS), available at http://e-center.doe.gov. It is the offeror???s responsibility to monitor the IIPS site for the release of amendments (if any) and to verify successful transmission in accordance with the Proposal Submission instructions in the ???IIPS Users Guide for Contractors,??? prior to quote due date and time. For further assistance and instruction for the use of IIPS, the on-line help document is available at http://e-center.doe.gov/doebiz.nsf/ or contact the E-Center Helpdesk at 1-800-683-0751 Monday-Friday 8 a.m.-8 p.m. EST or at helpdesk@pr.doe.gov. SUBMISSION OF QUOTES BY MEANS OTHER THAN THE IIPS IS NOT AUTHORIZED. Quotations submitted by other methods will not be evaluated. Quotes must be received through the IIPS web site (http://e-center.doe.gov/) NO LATER THAN 5:00 p.m. MST, Friday, November 18th, 2005. Each quote is to be submitted according to the instructions detailed in the IIPS on-line help document, which is available at http://e-center.doe.gov/doebiz.nsf/. It is the responsibility of the contractor, prior to the quote due date and time, to verify successful transmission in accordance with the Proposal Submission instructions in the "IIPS Users Guide for Contractors." All questions or inquiries regarding this solicitation are to be directed to the named Contract Specialist: Maria D. Vasquez, at the following E-mail address: mvasquez@doeal.
 
Web Link
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/4FF67BC3CDACF36F852570AF005BE482?OpenDocument)
 
Record
SN00926375-W 20051106/051104211739 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.