Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
SOLICITATION NOTICE

J -- Upgrade of FLIR/ORION Cameras

Notice Date
8/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
MICC - Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-11-T-0072
 
Response Due
9/6/2011
 
Archive Date
11/5/2011
 
Point of Contact
Paul E. Frailey, 435-831-2587
 
E-Mail Address
MICC - Dugway Proving Ground
(paul.e.frailey.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the FAR (Federal Acquisition Regulation) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation requested and a written solicitation will not be issued. U.S. Army Dugway Proving Ground, Directorate of Contracting is contemplating the procurement of a Service Contract w/ the following CLINS: FLIR Camera Upgrade W911S6-11-T-0072 -0001 Qty = 2 each Upgrade - Orion Cameras This requirement is for the upgrade of two cameras owned by the government. The units are Orion Cameras (Serial #35720, #35945) and shall be upgraded to the new FLIR SC7900VL MCT 320x256, 7.7-11 micron camera. This CLIN sall include the IRIG-B option for each camera. Detailed model information: Upgrade Orion SC7900VL MCT 320x256, 7.7-11.5um Camera. Includes: ORISC79VLGIG - Orion SC7900VL MCT Camera. This requirement is subject to the availability of funding per FAR 52.232-18. FOB: Destination PLEASE BID HERE $____________________. (INCLUDES ALL SHIPPING/MATERIAL HANDLING CHARGES - FOB DESTINATION FAR 52.247-34). -0002 Qty = 2 Altair Software 5.8 S9901 - Altair Software 5.8 (Latest Version) to include: 1 Year Warranty IRIG-B Time Stamp Option for SC5000 or SC7000 stock number SS9901_ATS. This requirement is subject to the availability of funding per FAR 52.232-18. FOB: Destination PLEASE BID HERE $____________________. (INCLUDES ALL SHIPPING/MATERIAL HANDLING CHARGES - FOB DESTINATION FAR 52.247-34). The selected vendor is to provide the following services: FLIR Camera Upgrade Please call or e-mail Contract Specialist Paul Frailey w/ all questions concerning this/these item/s @ 435-831-2587 paul.frailey@us.army.mil. For more detail visit the Army Single Face to Industry (ASFI) website at https://acquisition.army.mil/asfi/ and go to the contracting opportunities option https://acquisition.army.mil/asfi/solicitation_search_form.cfm And enter the Solicitation # W911S6-11-T-0072. This will show all CLINS, Clauses and Contract details. The Scope of Work is to be included as an attachments to this synopsis and downloaded/viewed at FedBizzOpps. Gov. search under W911S6-11-T-0072. This is a notice of intent to negotiate on a sole source basis with FLIR Systems, Inc. 25 Esquire Road, North Billerica, MA 01862. Vendor Phone Number 1.800.464.6372 Pursuant to 10 U.S.C. 2304 ( c ) (1) and Federal Acquisition Regulation 6.302-1, supplies, services and/or equipment are available from one responsible source and no other type of supplies, services and/or equipment will satisfy agency requirements. This announcement constitutes the only solicitation requested and a written solicitation will not be issued. Supporting evidence must be furnished to demonstrate the ability to comply with the government's requirements. The solicitation is issued as a request for quote (RFQ). Submit written offers on RFQ W911S6-11-T-0072. All firms responding must be registered with the Central Contractor Registration (CCR). North American Industrial Classification Standard 811219 ($19m) applies to this procurement. The following provisions and/or clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3 ALT I; Offeror Representations and Certifications -- Commercial Items, applies to this solicitation: FAR 52.212-4 Contract Terms and Conditions - Commercial Items. The clause at FAR 52.212-5; Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.203-3, FAR 52.203-6 Restrictions on Subcontractor Sales to the Government,,Far 52.215-5, FAR 52.219-4, FAR 52.219-14, FAR 52.219-28, FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-36; FAR 52.222-37; FAR 52.222-39, FAR 52.222-50. 52.225-13, 52.232-32 Payment by Electronic Funds Transfer. 252.232-7003 Electronic Funding via WAWF. The clause at DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this solicitation. DFARS 252.212-7000, Offerror representations and certifications - commercial items (Nov 1995). DFARS 252.212-7001, Contract Terms and Conditions Required to implement statutes or executive orders applicable to defense acquisitions of commercial items (JAN 2005), specifically, the following clauses cited in DFARS 252.212-7001 are applicable to this solicitation: FAR 52.203-3. Restriction on Foreign purchases, 252.225-7035 Alt 1. DFARS 252.227-7015, DFARS 252.227-7037, DFARS 252.243-7002, DFARS 252.211-7003, DFARS 252.247-7023 Transportation of Supplies by Sea. 52.000-4918 Main Agreement Terms and 52.213-4 regarding terms and conditions for simplified acquisition. Army Contracting Level Agency Program applies to this solicitation. FAR 52.204-7 Central Contractor Registration, and DFARS 252.232-7010 Levies on Contract Payments. The following clauses apply: DFARS 252.225-7001, 252.225-7012, DFARS 252.227-7015, 252.227-7017. DFARS 252.227-7035, DFARS 252.232-7003 Electronic Funding; and DFARS 252.243-7023, ALT III. The following FAR clauses are incorporated by reference; FAR 52.204-7, Central Contractor Registration; FAR 52.247-34. FOB.; Destination, (Dugway Proving Grounds, Ditto Area, Joint Ambient Breeze Tunnel. 84022-5001), and DFARS 252.204-7004 Alt A, Central Contractor Registration. The following local clauses apply to this solicitation: Foreign Visitors / Employees; Location of U.S. Army Dugway Proving Ground; Normal Work Hours; Installation Security Requirement; Contractor Access to DPG; OSHA Standards and Identification of Contractor Employees, Maintenance Agreement Terms, Evaluation of Bids/Offers, Safety and Accident Prevention,. All quotes must be e-mailed to Paul Frailey at paul.e.frailey.civ@us.army.mil in either MS-Word, MS-Excel or Adobe Acrobat PDF format. For any questions or concerns you may e-mail Paul Frailey at paul.e.frailey.civ@mail.mil or call 435-831-2587. Quotes are due no later than 10:00 am (prevailing local time at U.S. Army Dugway Proving Ground, Utah), 6 September, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8d2ab66cb0b6361d281d1519ec3b731d)
 
Place of Performance
Address: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
 
Record
SN02554117-W 20110831/110829235952-8d2ab66cb0b6361d281d1519ec3b731d (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.