Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2009 FBO #2649
SOLICITATION NOTICE

58 -- Night Vision Googles and Binoculars (with ITT, Gen. III tubes)

Notice Date
2/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of State, FedBid.com -- for Department of State procurements only., FedBid.com, 1701 N Ft. Myer Drive, Rosslyn, VA 22209
 
ZIP Code
22209
 
Solicitation Number
1054995048_01
 
Response Due
2/25/2009
 
Archive Date
8/24/2009
 
Point of Contact
Name: Kelly Bracey, Title: Procurement , Phone: 7038756298, Fax:
 
E-Mail Address
braceykm@state.gov;
 
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, 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 1054995048_01 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 2005-26. 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 a [ Small Business ] set-aside 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 2009-02-25 12:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Springfield, VA 22153 The Department of State requires the following items, Exact Match Only, to the following: LI 001, AN/AVS 9 aviator night vision goggle for helicopter pilots wearing helmets; standard accessories; goggle to incorporate ITT Night Vision F9800J Generation III FOM 1250 image intensifier tubes with HALO no smaller than 1mm in diameter., 30, EA; LI 002, AN/PVS 7D multipurpose night vision goggle with standard accessories; goggle to incorporate ITT Night Vision F9810 SLN Generation III FOM 1250 image intensifier tubes with HALO no smaller than 1mm in diameter., 100, EA; LI 003, D-321G Generation III Grade A Dual Tube Goggle with standard ccessories; goggle to incorporate ITT Night Vision F9800 SLN Generation III FOM 1250 image intensifier tubes with HALO no smaller than 1mm in diameter., 200, EA; LI 004, D-321B ST Generation III Grade A dual tube binoculars with standard accessories; binocular to incorporate ITT Night Vision F9800 SLN Generation III FOM 1250 image intensifier tubes with HALO no smaller than 1mm in diameter., 100, 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 (***must include description and pricing to be considered for this award***NOT OPTIONAL FOR BIDDER), 1, LOT; LI 006, 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 Contractors 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 Offerors estimate of the number of hours it anticipates utilizing for each labor category over the course of the task; The Offerors estimate for cost-reimbursable materials that it anticipates utilizing over the course of the task; The Offerors estimated travel costs that it anticipates incurring over the course of the task. (***must include description and pricing to be considered for this award***NOT OPTIONAL FOR BIDDER), 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. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. 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. Delivery shall be made within 30 days or less after receipt of order (ARO). 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. 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 ActSupplies. TO COMPLY, SELLERS MUST LIST THE COUNTRY OF ORIGIN IN EACH LINE ITEM. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. (a) The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP.html and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html. (b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default program files directory and should be able to silently install and uninstall. (c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges. (d) The Department of State currently intends to use Vista in Protected Mode in the future when all devices at all worldwide locations have sufficient capacity to permit an upgrade from the XP operating system. 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. The Bureau of International Security and Nonproliferation (ISN), office of the Nonproliferation and Disarmament Fund (NDF), (ISN/NDF) has identified specific Generation III FOM 1250 image intensifier tubes with HALO no smaller than 1mm in diameter as a key component for their night vision goggle equipment. No other brand name substitutions are compatible with the Departments existing equipment. This item is interchangeable with the current supply. In addition, training end user personnel on the use and maintenance of equipment other than specified brand name would require the Government to incur additional costs. FAR 11.105 is cited as the statutory authority for this is a brand name only justification. The products identified by brand name herein have been determined to be the only items that meet the Departments requirements.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fe808a949e932369feca0e164d4992e7&tab=core&_cview=1)
 
Place of Performance
Address: Springfield, VA 22153<br />
Zip Code: 22153<br />
 
Record
SN01755780-W 20090226/090224220702-fe808a949e932369feca0e164d4992e7 (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.