Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2007 FBO #2106
SOLICITATION NOTICE

58 -- Night Vision Goggle Spare Parts

Notice Date
8/31/2007
 
Notice Type
Solicitation Notice
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Field Assistance Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F3MT247239A103
 
Response Due
9/17/2007
 
Archive Date
10/2/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in 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. The Purchase Request Number F3MT247239A103 is issued as a Request for Quote (RFQ). This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2005-19. This procurement is being issued as a 100% Small Business Concern. The associated North American Industrial Classification Standard (NAICS) Code is 333314, Size Standard 500 employees or under. This acquisition is to be a firm fixed price (FFP) type contract. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. Items called for by this RFQ have been identified in the schedule by brand name. Such identification is intended to be descriptive but not restrictive and is to indicate the quality and characteristics of products that will be satisfactory. Offerors not providing brand name items will be excluded from competition. The contractor shall provide the following Contract Line Item Numbers (CLIN): CLIN 0001 Kit, M953 Spare Parts, Nightline Inc. Part Number: 244279-100, 1 Each; CLIN 0002 Knob, Switch, Nightline Inc. Part Number: 240046-100, NSN: 5305-01-449-0621 for M983 (AN/PVS-18), 10 Each; CLIN 0003 Tissue, Premium Grade 4? x 6? Lens, 20 Each; CLIN 0004 Cloth, Micro Fiber Cleaning, ST-3 Soft-Tek, 10 Each; CLIN 0005 Lens, Objective Cell Assembly, F/1.2 Nightline Inc. Part Number 207993-100, NSN: 5855-01-437-6161, 6 Each; CLIN 0006 Kit, Objective Focus, Nightline Inc. Part Number: 242183-100, ?Focus Ring, Optical Instrument, Night Vision?, NSN 5855-01-462-8911, 6 Each; CLIN 0007 Dovetail, Metal for Facemask or Mount, Helmet, Nightline Inc. Part Number: 244623-100 ?A? Replace Part Number: 240036-100 which is plastic, 50 Each; CLIN 0008 Washer, #4 Flat, Nightline Inc. Part Number: 241944-100, NSN: 5310-01-470-4844, 75 Each; CLIN 0009 O-Ring, Silicone 2-025, Nightline Inc. Part Number: 206724-038, NSN: 5331-01-451-0591, 20 Each; CLIN 0010 O-Ring, Lens Cell M25988/3-021 8, Nightline Inc. Part Number: 207002-100, Alt Part Number: M25988/3-021, 20 Each; CLIN 0011 Kit, Eyepiece Focus, Nightline Inc. Part Number: 242184-100 ?Telescope Subassembly? NVG-Eyepiece, 25 MM Eye Relief, NSN: 6650-01-462-8963, 6 Each; CLIN 0012 Assembly, Eyepiece Optical Instrument, Nightline Inc. Part Number: 242068-100, NSN: 5855-01-008-9953, 6 Each; CLIN 0013 O-Ring, Nightline Inc. Part Number: 206724-059, NSN: 5331-01-463-0731 End Item Eyepiece Assembly, Night Vision, 16 each. This requirement will be accomplished using full and open competition procedures for commercial off the shelf items. The government desires delivery not more than 30 days after receipt of order. Pricing shall be destination pricing. Place of delivery will be USSOCOM Regional Contract Office, Bldg 3-1947 Malvesti Rd, Pope AFB NC 28308. The following factors will be used to evaluate offers; (1) Technical Acceptability (2) Price (3) Delivery. Technical acceptability is defined as an offer of supplies that completely satisfy all the salient characteristics of the CLIN. Offer will be evaluated on prices inclusive of transportation charges from shipping points to delivery destination. Delivery is defined as the capability and offeror affirmation to conform with, or better, the required delivery date. Only those offers evaluated as Pass will be further evaluated and considered for award. The factor of technical acceptability is slightly more important than price, price slightly more important than delivery. Offer shall provide at least two past performance references with contact information. The following provisions and clauses are applicable to this acquisition. FAR Clause 52.212-3 Offeror Representations and Certifications Commercial Items. (Online Representations and Certifications ORCA) are considered acceptable to meet this clause requirement, otherwise a complete copy of the Offeror Representations and Certification will be required. FAR Clause 52.212-4 Contract Terms and Conditions Commercial Items ; FAR 52.212-5 Contract Terms and conditions required to Implement Statues or Executive Orders-Commercial Items (Deviation) with the following clauses in paragraph (b) applicable; FAR 52.219-8, 52.222-19, 52.222-21, 52.222-26, 52.222-3, 52.225-1 and 52.232.33. FAR 52.219-6, Notice of Small Business Set Aside. FAR 52.225-1 Alt, Buy American Act Supplies. FAR 52.247-34, FOB Destination. FAR Clause 52.252-2, Clauses Incorporated by Reference. FAR 52.252-6, Authorized Deviations in Clause. DFARS 252.204-7004, Required Central, DFARS 252.211-703, Item Identification and Validation. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisition of Commercial Items, with the following clauses in paragraph (a) and (b) applicable: 252.203-3, 252.205-7000, 252.225-7001, 252.243-7002, 252.247-7023 and 252.247-7024. DFARS 252.225-7036, Buy American Act-Free Trade Agreement and Balance Payment Program. DFARS 252.232-7003, Electronic Submission of Payment Requests. QUOTES SHALL INCLUDE: (1) Original letter signed by an individual authorized to bind the organization (include Federal Tax Identification Number), with a schedule of offered items to include unit price and total price. (2) Representation and Certifications compliant with FAR Clause 52.212-3. (3) Acknowledgement and agreement with amendments, if used. (4) Evidence of technically acceptability, delivery schedule and past performance reference. Amendments, if any, will be posted on FedBizOpps at http://www.fedbizopps.gov. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. Offerors must have a current registration in the Central Contractor Registration (CCR) prior to award. Website for CCR is www.ccr.gov. QUOTE ARE DUE: Quotes and any applicable attachments shall be received not later than 10:00 a.m. EST, 17 September 2007. The preferred method for submitting quotes is by email (davistl@jdi.army.mil). It is the offerors responsibility to ensure faxed quotes and attachments are received by the designated time to fax number (910)243-0249 the POC for confirmation is Travis Davis at (910)2430355. Any questions referencing this solicitation will be submitted in writing via email at davistl@jdi.army.mil, not later than 12 September 2007. The point of contact for this solicitation is Travis Davis, Contract Specialist at (910)243-0355 or email listed above. Point of Contract Travis Davis, Contract Specialist, Phone 910-243-0355, Fax 910-243-0249, Email davistl@jdi.army.mil
 
Place of Performance
Address: USSOCOM REGIONAL CONTRACTING OFFICE, MALVESTI RD BLDG 3-1947, POPE AFB, NC
Zip Code: 28308
Country: UNITED STATES
 
Record
SN01392805-W 20070902/070831223054 (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  © 1994-2020, Loren Data Corp.