Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2011 FBO #3399
SOLICITATION NOTICE

35 -- (SPOTR- Kits) LaRue Surveillance Platform, Observation and Tactical Reconnaissance Kits

Notice Date
3/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-11-T-0020
 
Archive Date
4/8/2011
 
Point of Contact
Taft N. Bradley, Phone: 9104326637, Gloria Harris, Phone: 910-432-6978
 
E-Mail Address
taft.bradley@us.army.mil, harrisgl@soc.mil
(taft.bradley@us.army.mil, harrisgl@soc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The US Army Special Operations Command, Fort Bragg, North Carolina has a requirement for purchase and delivery of LA RUE SURVEILLANCE PLATFORM, OBSERVATION AND TACTICAL RECONNAISSANCE (SPOTR) kits (Brand Name or Equal). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. All quotes must reference RFQ number H92239-11-T-0020. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-49. It is the Contractor's responsibility to be familiar with all applicable clauses and provisions. Full text clauses are available at farsite.hill.af.mil. The North American Industry Classification System Code (NAICS) is 333319. Size Standard is 500 employees. This requirement is 100% set aside for small business. REQUIREMENT: CLIN 0001 - (SPOTR KIT - Specifications listed below) QTY 102 UNIT Each CLIN 0002 - Delivery QTY 1 UNIT Each FOB Delivery: Origin 20 Days (ARO) After Receipt of Order DELIVER TO: Fort Bragg, NC, 28310. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition: 52.212-3 Alt 1, Offeror Representations and Certifications-Commercial Items, 52.219-6 Notice of Total Small Business Set Aside, 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. 52.204-7 Central Contractor Registration, 52.209-6 Protecting the Government's interests when subcontracting with Contractors Debarred, Suspended or Proposed for Debarment, 52.211-6 Brand Name or Equal. 52.222-19 Child Labor, 52.222-21 Prohibition of Segregated Facilities, Equal Opportunity For Veterans, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans. 52.225-13 Restrictions on Certain Foreign Purchases, 252.204-7004 Alt A, 252.212-7001 (Deviation), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.211-7003 Item Identification. 52.212-2, Evaluation Commercial Items, with the following evaluation factors inserted in paragraph (a) of the provision: The Government will award this contract utilizing the Simplified Acquisition Procedures of FAR 13.106. The award will be made resulting from this solicitation (RFQ) to the responsive, responsible offeror whose quote conforming to this solicitation is the best value to the Government. The following factors in descending order of importance shall be used to evaluate the offers: (1) Technical Acceptability (2) Delivery (3) Price. Technical Acceptability and delivery when combined is more important than price. Offeror's failure to submit a detailed specification sheet for or equal comparisons will be non responsive and not considered for award. Below are the specifications that will establish technical acceptability. Also quotes offering an Or Equal product shall meet or exceed the specifications; NUMBER: LT666X01, NOMENCLATURE; Tactical "Rollcage" Frame & Rail Mount, installed. (1ea kilFLASH(60LSC-ARD)Supplied, WEIGHT 1lb NUMBER: 809-002, NOMENCLATURE; Tripod, Manfrotto (055CXPRO3), WEIGHT: 3 lbs 9.2oz. DIMENSIONS 26" X 41/2" X 4 1/2" NUMBER; 809-001, NOMENCLATURE; Ball Head, Manfrotto (322RC2). WEIGHT 1lbs 9.6 oz, DIMENSIONS 8" X 5" X 4". NUMBER: ADAPTER, NOMENCLATURE;Adapters for mechanical/optical interface, a: I Rail (2ea) (LT666x05), WEIGHT: 7.84oz, DIMENSIONS 11 1/2" X 3/4" X 3/4", b: Manfrotto Adapter (LT666x06) WEIGHT, 1.36oz, DIMENSIONS; 2"X11/4"X1/2" c: Z-Mount (LT666x04), WEIGHT; 7.28oz, DIMENSIONS; 4 1/2" x 1 3/4"x2 3/4", d: Rail Strips (2ea) (LT666x03) "Mounted on Rollcage", WEIGHT; 1.04ox ea, DIMENSIONS; 3" X 3/4"X 1/2" NUMBER: LT693, NOMENCLATURE; AN/PVS-14 Mount QD, WEIGHT; 2.88oz, DIMENSIONS; 3"X2" X13/4". NUMBER: LT124, NOMENCLATURE; PEQ-2A/PAQ-4C Mount QD, WEIGHT; 2.4oz, DIMENSIONS 2 1/2" x 1 3/4"x 3/4" NUMBER: LT666X06, NOMENCLATURE; Manfrotto Adapter Mount QD, WEIGHT; 2.56oz, DIMENSIONS 2 3/4" x 21/4" X 3/4" NUMBER: TOOL KITS (2 PKS); NOMENCLATURE: 2ea LT002-B; 2ea 1/8" L Hex Wrenches; 2ea T-15 L Torq wrenches; 2ea Adjusting Locking Lever Instruction cards, 3ea Tactical Contact Cards; 2ea 9/64 L Hex Wrench, 2ea 3/16 L Hex Wrench, 3ea 8-32 x 3/8 SHCS WEIGHT; 3.6OZ, DIMENSIONS; 4" X 2 3'4" X 1/2" NUMBER: Lens Kits, NOMENCLATURE: Lens Cleaning Kits, WEIGHT 6.24oz, DIMENSIONS: 5 1/2" X 1 1/2" X 4 1/2" NUMBER: Fig, Pg.6 NOMENCLATURE: Soft Case, WEIGHT: 4lbs 9.36OZ, DIMENSIONS: 32" X 18" X 6". NUMBER: NOMENCLATURE; Field Maintenance Manual, WEIGHT:.96oz, DIMENSIONS: 4" X 2 3/4". NUMBER: NOMENCLATURE; Operations Manual, WEIGHT: 3.04 oz, 8 1/2" x 5 1/4". QUOTES ARE DUE: not later than 1:00 P.M. ET, 24 Mar 2011. Quotes shall be received at HQ-USASOC ATTN: AOCO (Taft Bradley), Fort Bragg, North Carolina, 28310,. Fax submissions will be accepted at (910) 432-9345. E-mail submissions are accepted at taft.bradley@us.army.mil however, it is the contractor's responsibility to ensure that e-mail submissions are received by the contracting officer. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items to include unit and total price, (2) OR EQUAL QUOTES: Offerors shall submit detailed specification sheets for their or equal products for comparison purposes. Specification sheets are due not later than the due date of this solicitation. (3) completed Offeror's Representations and Certifications, and (4) acknowledgement of any amendments that may be issued. Questions must be submitted in writing no later than 18 Mar 2011. Questions concerning this acquisition shall be submitted in writing and e-mailed to the contracting officer's address provided. Telephonic questions pertaining to the technical requirement of this solicitation will not be answered. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published in the FBO the same as this combined synopsis/solicitation. The point of contact for this requirement is Mr. Taft Bradley, Contract Specialist at (910) 432-6637, emaill taft.bradley@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-11-T-0020/listing.html)
 
Place of Performance
Address: Fort Bragg, North Carolina, 28310, United States
Zip Code: 28310
 
Record
SN02400018-W 20110316/110314234252-33d102de834c7189892a48c7089b2abd (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.