Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2008 FBO #2314
MODIFICATION

58 -- Night Vision Equipment

Notice Date
3/26/2008
 
Notice Type
Modification
 
Contracting Office
1701 N Ft. Myer Drive, Rosslyn, VA 22209
 
ZIP Code
22209
 
Solicitation Number
NightVision
 
Response Due
3/31/2008
 
Archive Date
9/27/2008
 
Point of Contact
Name: Kelly Bracey, Title: Procurement , Phone: 7038756298, Fax:
 
E-Mail Address
braceykm@state.gov;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is NightVision and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-20. The associated North American Industrial Classification System (NAICS) code for this procurement is 333314 with a small business size standard of 500 employees. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-03-31 14:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The Department of State requires the following items, Brand Name or Equal, to the following: LI 001, AN/AVS 6 goggle (for pilots for use with helmets), 15, EA; LI 002, AN/PVS 7B goggle (for pilots for use with helmets), 35, EA; LI 003, D-321 B-ST binoculars, 85, EA; LI 004, D-321 G goggle, 85, EA; LI 005, Recommendation of the amount of spare parts and accessories that may be necessary for optimum use of the above equipment, and pricing details for any recommended spare parts or accessories. SEE STATEMENT OF WORK FOR FULL REQUIREMENT., 1, LOT; LI 006, OPTIONAL TRAINING: Pricing for the option to train foreign end-users to properly use and perform routine maintenance on the equipment. The training option, if exercised, will be conducted in the U.S., either at the Contractor?s work site or a Government site. The Contractor may also provide a technical proposal detailing the optional training that the Contractor is capable of providing. Provide examples of past training conducted, as well as a sample syllabus or other plan for the training. Other Special Requirements (a) The Contractor shall identify and name Key Personnel responsible for providing the optional training. (b) The Contractor shall be responsible for producing participant binders or other training materials for the end-users (translation into a language other than English is not required.) (c) Training class size shall not exceed 25 individuals. LOT PRICE SHOULD INCLUDE THE FOLLOWING: ?Fully-loaded hourly billing rate (inclusive of all elements of direct cost, indirect cost, and profit) for each labor category; ?The Offeror?s estimate of the number of hours it anticipates utilizing for each labor category over the course of the task; ?The Offeror?s estimate for cost-reimbursable materials that it anticipates utilizing over the course of the task; ?The Offeror?s estimated travel costs that it anticipates incurring over the course of the task. SEE STATEMENT OF WORK FOR FULL REQUIREMENT., 1, LOT; For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government. Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243), email: clientservices@fedbid.com or Kelly Bracey at braceykm@state.gov. THIS IS A RATED ORDER CERTIFIED FOR NATIONAL DEFENSE USE, AND YOU ARE REQUIRED TO FOLLOW ALL THE PROVISIONS OF THE DEFENSE PRIORITIES AND ALLOCATIONS SYSTEM REGULATION (15 CFR # 700. DOS IS AUTHORIZED TO USE THE "DO-N5" 09/30/2011. The Buy American Act? (1) Restricts the purchase of supplies, that are not domestic end products, for use within the United States. A foreign end product may be purchased if it is determined that the price of the lowest domestic offer is unreasonable or if another exception applies, and (2) Requires, with some exceptions the use of only domestic construction materials in contracts for construction in the United States (3) Buy American Act uses a two-part test to define a domestic end product. (a) The article must be manufactured in the United States; and (b) The cost of domestic components must exceed 50 percent of the cost of all the components. 52.225-2 Buy American Act Certificate: (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. The terms ?component,? ?domestic end product,? ?end product,? ?foreign end product,? and ?United States? are defined in the clause of this solicitation entitled ?Buy American Act?Supplies.? TO COMPLY, SELLERS MUST LIST THE COUNTRY OF ORIGIN IN EACH LINE ITEM. TO HAVE A BID CONSIDERED FOR AWARD ON MEET OR EXCEED & BRAND NAME OR EQUAL REQUIREMENTS, ALL VENDORS MUST PROVIDE MANUFACTURER, PART # AND EXTENDED SPECIFICATIONS OF THE EXACT MODEL BEING PROPOSED FOR ALL LINE ITEMS. NO EXEPTIONS. FAILURE TO PROVIDE THIS INFORMATION WILL RESULT IN A 'NON RESPONSIVE' BID AND REMOVAL FROM AWARD CONSIDERATION 1. Military spec is not required. 2. Figure of Merit (FOM) not to exceed 1250. 3. Minimum allowable HALO size not less than 1.0 mm in diameter. 4. Training will be primarily concerned with use. Only routine maintenance should be covered, as units will have to be returned to the US for anything more serious. We ideally would want to have everything delivered at one time, and ASAP. Please specify your fastest delivery time in your bid, assuming no partial shipments.
 
Web Link
www.fedbid.com (b-63104_04, n-11285)
(http://www.fedbid.com)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
Country: Multiple
 
Record
SN01541996-W 20080328/080326223709 (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.