Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2009 FBO #2850
SOLICITATION NOTICE

99 -- Mini Thermal Monoculars and Extenders

Notice Date
9/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), Specialized Flight-IT, O&M, Tech Serv, IT Resources, 135 E ENT Ave STE 1055, Peterson AFB, Colorado, 80914-1385
 
ZIP Code
80914-1385
 
Solicitation Number
FA2517-09-T-6132
 
Archive Date
10/2/2009
 
Point of Contact
Stephanie A. Tancik, Phone: 7195566411, Steven E. Sandy, Phone: 7195562195
 
E-Mail Address
stephanie.tancik@peterson.af.mil, steven.sandy@peterson.af.mil
(stephanie.tancik@peterson.af.mil, steven.sandy@peterson.af.mil)
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for commercial items in accordance with FAR 13.5 and prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) Submit written quotes on RFQ reference number FA2517-09-T-6132. (iii) This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-26. (iv) This requirement will be competed full and open as brand name or equal under NAICS 333314. (v) The following commercial item is requested in this solicitation: Item Number Item Unit of Issue Quantity 0001 Mini Thermal Monocular EA 49 0002 Mini Thermal Monocular Extender EA 49 Item Number Unit Cost Extended Cost 0001 0002 (vi) Item Description: Mini Thermal Monocular. Item code: MTM-000-A603 or equal Salient Characteristics: Be no larger than 5" L x 2.8" W x 2.2" Weigh no more than 13.7 oz Use (2) 3-volt lithium batteries Magnify 1X with 2X digital zoom Field of view must be 29.6 degrees Focus Range must be 18" to infinity Battery life of at least 4.5 hours Frame rate of 60 Hz Dectection rate of ~500m (stationary man) Visible Laser Output Power of <4.3 mW Visible Laser Beam Divergence of.5 mrad Visible Laser Wavelength of 645 nm Visible Laser Safety Class of 3a IR Aim Laser Output Power of.5 mW IR Aim Laser Beam Divergence of.5 mrad IR Wavelength of 840 nm IR Safety Class of 1 Mini Thermal Monocular Extender (3x). Item Code: MTM-600 or equal Salient Characteristics: Must have a detection range of ~1000m (stationary man) (vii) Items will be delivered as follows: 4 EA Mini Thermal Monoculars, 3 EA Extenders to Peterson AFB, CO; 16 EA Mini Thermal Monoculars, 3 EA Extenders to Vandenberg AFB, CA; 3 EA Mini Thermal Monoculars, 3 EA Extenders to Patrick AFB, FL; 4 EA Mini Thermal Monoculars, 3 EA Extenders to Schriever AFB, CO; 2 EA Mini Thermal Monoculars, 3 EA Extenders to Minot AFB, ND; 2 EA Mini Thermal Monoculars, 3 EA Extenders to Malmstrom AFB, MO; 2 EA Mini Thermal Monoculars, 3 EA Extenders to FE Warren, WY; 8 EA Mini Thermal Monoculars, 3 EA Extenders to Camp Guernsey, WY; 4 EA Mini Thermal Monouclars, 3 EA Extenders toBuckley AFB, CO; 4 EA Mini Thermal Monoculars, 3 EA Extenders to Cheyenne Mountain Air Station, CO. Include shipping costs in price of the items and provide an estimated delivery date. Delivery date no later than 60 days ARO. (viii) The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008). All firms must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. DUNS, Cage Code, tax ID, terms and conditions shall be submitted with quote. All firms must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. (ix) FAR 52.212-2(a) Evaluation-Commercial Items (Jan 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factor shall be used to evaluate offers: lowest price technically acceptable based off of the salient characteristics in para. (vi) of this solicitation. (x) The provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items (Aug 2009), is applicable to this acquisition. All vendors shall be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009), applies to the acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (Aug 2009), applies to this acquisition. (xiii) The following provisions and clauses apply to this solicitation: FAR 52.211-6, Brand Name or Equal (Aug 1999); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders (Jul 2009); AFFARS 5352.201-9101 Ombudsman (Aug 2005); (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, HQ AFSPC/A7K, 150 Vandenberg St., Suite 1105, Peterson AFB, CO 80914-4350. (719) 554-5250, Fax (719) 554-5299, email a7K.wf@afspc.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) The government is NOT offering contract financing for this requirement. (xiv) The Defense Priorities and Allocations System does not apply to this solicitation. (xv) Quote Submission: Quote shall include unit price, extended price, total price, DUNS, Cage Code, Tax ID, and terms and conditions. Quotes are required to be received no later than 4:00 pm Mountain Standard Time, Thursday, September 17, 2009. Quotes shall be delivered via fax to (719) 556-4538 or email to stephanie.tancik@peterson.af.mil (xvi) Any questions should be directed to Stephanie Tancik at (719) 556-6411 or stephanie.tancik@peterson.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-09-T-6132/listing.html)
 
Record
SN01951932-W 20090913/090912002607-f93d07102d29d43b3b2f957a10a827f0 (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.