Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2010 FBO #3190
SOLICITATION NOTICE

58 -- Hand-Held Infrared Pointer/Illuminator Kit and Infrared Weapons Aimer Kit

Notice Date
8/17/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W81227-0199-0001
 
Response Due
8/30/2010
 
Archive Date
10/29/2010
 
Point of Contact
Linda Duvall, 801-432-4091
 
E-Mail Address
USPFO for Utah
(linda.duvall@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. OFFICE ADDRESS: USPFO for Utah, P. O. Box 2000, 12953 South Minuteman Drive, Draper, UT 84020-2000 SUBJECT: Hand-held Infrared (IR) Pointer and Illuminator and Infrared (IR) Weapons Aimer. SOLICITATION NUMBER: W81227-0199-0001 QUOTE DUE DATE: 30 August 2010 POC: Linda Duvall, Contracting Officer, (801)432-4091 DESCRIPTION: This a combined synopsis/solicitation for commercial items 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 hereby requested. A written solicitation will not be issued. This requirement will be 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) Code will be 334511, size standard 750 Employees. REQUIREMENT : 1.Thirty (30) Infrared (IR) Weapon Aimer Kits, to include: Aimer, Mounting Bolts, Protective Cover, Operators Manual and Soft Carrying Case. 2.Fifty-two (52) Hand-Held Infrared (IR) Pointer and Illuminator Kits, to include: Pointer, Lens Cover, two (2) AA Batteries, Operators Manual, Soft Carrying Case and Lens Shield. See attached Spec Sheets. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated and will remain in full force in any resulting contract. (Full text of clauses and provisions may be accessed electronically at http://farsite.hil.af.mil. FAR 52.203-6 ALT 1, Restrictions on Subcontractor Sales to the Government. FAR 52.204-4, Printed or Copied-Doubled Sided on Recycled Paper. FAR 52.204-7, Central Contractor Registration. FAR 52.212-1, Instructions to Offerors--Commercial Items. FAR 52.212-2, EvaluationCommercial Items. 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. FAR 52.212-3 ALT1, Offeror Representations and CertificationsCommercial Items. FAR 52.212-4, Contract Terms and Conditions--Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items to include: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns (Deviation 2009-O0009); 52.219-14, Limitations on Subcontracting; 52.219-28, Post-Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregation Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 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; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-36, Payment by Third Party. FAR 52.222-99 Notification of Employee Right Under National Labor Relations Act (Deviation 2010-O0013) FAR 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration. FAR 52.233-3, Protest After Award. FAR 52.233-4, Applicable Law for Breach of Contract Claim. FAR 52.252-2, Clauses Incorporated by Reference. DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. DFARS 252.204-7004, Required Central Contract Registration (52.204-7) Alternate A. DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country. DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights. DFARS 252.232-7003, Electronic Submission of Payment. DFARS 252.232-7010, Levies on Contract Payments. DFARS 252.247-7023, Transportation of Supplies by Sea. DFARS 252.225-7012, Preference for Certain Domestic Commodities. DFARS 252.243-7002, Request for Equitable Adjustment. EVALUATION FACTORS: The contract type for this procurement will be Firm-Fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors in order of importance: (1) past performance, caliber of offerors performance on previous contracts of a similar nature; and (2) offerors capability to provide quality product that meets the Government requirement; and (3) total cost/price to include delivery to 84048. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardee shall be registered and active in the CCR database prior to award. If the offeror does not become registered in the CCR database by the due date/time of quote, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. Offerors may obtain information on registration at www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. Quotes are due NLT 10:00 a.m. MST on 30 August 2010. Quotes may be mailed to: USPFO for Utah, Attention Linda Duvall, 12953 South Minuteman Drive, P.O. Box 2000, Draper, UT 84020-2000 or e-mailed to Linda.duvall@us.army.mil; facsimiles will not be accepted. All quotes must arrive at the place and by the time specified. All offers shall be clearly marked with the quotation number, offerors name and address, point of contact, phone number, fax number, and e-mail address (if available). Quote must include: 1) Representations and Certifications or verify registered in Online Representations and Certifications Application (ORCA); 2) cost/price to include delivery to 84048; 3) descriptive literature/specifications/pictures of items being offered; and 4) at least three references (companies who youve provided similar items too). Failure to provide the above listed items with your offer, may cause your offer to be considered non-responsive. Preferred Payment Method: Preferred payment is credit card, please verify whether your company accepts credit cards and if there will be any additional charge. Questions may be e-mailed to the address above; please no telephone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W81227-0199-0001/listing.html)
 
Place of Performance
Address: USPFO for Utah P.O. Box 2000, Draper UT
Zip Code: 84020-2000
 
Record
SN02244397-W 20100819/100818000420-a7099a6ca156f2899d9bbe2ead8adf9b (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.