Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 06, 2013 FBO #4092
SOLICITATION NOTICE

67 -- FLIR Infrared Camera

Notice Date
2/4/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1T0EB3014AG01
 
Archive Date
3/8/2013
 
Point of Contact
Andrew H. McKenna, Phone: 8508823135
 
E-Mail Address
andrew.mckenna@eglin.af.mil
(andrew.mckenna@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Air Force Test Center, Installation Operational Contracting Division, Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for a FLIR Infrared Camera. This is a combined synopsis/solicitation for commercial items prepared under Federal Acquisition Regulation (FAR), FAR Part 12, Acquisition of Commercial Items, 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. The announcement number is F1T0EB3014AG01. The North American Industry Classification System (NAICS) code for this acquisition is 33314 with a small business size standard of 500 employees. Please identify your business size in your response based upon this standard. Evaluation will be based on the following factors: Lowest Price Technically Acceptable, technical (capability of item offered to meet the government's needs) and price. Requirement: CLIN 0001: HARDWARE. FLIR MODEL SC8203HS MEDIUM WAVELENGTH INFRARED CAMERA. DEMONSTRATION SC8203HS INSB (3.0 - 5.0 UM), 1024 X 1024, F/4.0, 16-CHANNEL #26985-203 WITH 50MM LENS #4113445. SHIPPING INCLUDED, FIRM FIXED PRICE, FOB DESTINATION EGLIN AFB, FL. Only FLIR models will be accepted. QTY: 1 Unit of Issue: Each Quoted price should include FOB Destination. Required delivery date is no later than 6 weeks ARO. Expedited delivery schedules accepted and encouraged. The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-62 effective 20 Dec 2012, DFARS DPN 20121231 effective 31 Dec 2012, and AFFARS current thru AFAC 2012-1107 effective 07 Nov 2012. The following provisions and clauses are applicable: • FAR 52.212-1, Instructions to Offerors - Commercial (Feb 2012) • FAR 52.247-34, F.O.B Destination (Nov 1991) • FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998): http://farsite.hill.af.mil/;  DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Jan 2009) • DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alt A (Sep 2007) • DFARS 252.204-7007 Alt A, Annual Representations and Certifications Alt A (May 2012) • DFARS 252.204-7008, Export-Controlled Items (Apr 2010) • DFARS 252.211-7003, Item Identification and Valuation (Jun 2011) • 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Nov 2012), incorporating the following: • 52.204.10 Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012); • 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); • 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011); • 52.222-19, Child Labor - cooperation with Authorities and Remedies (March 2010); • 52.222-21, Prohibition of Segregated Facilities (Feb 1999); • 52.222-26, Equal Opportunity (Mar 2007); • 52.225-13, Restriction on Certain Foreign Purchases (June 2008); • 52.232-33, Payment by Electronic Funds Transfer - CCR (Oct 2003); • DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items (May 2012), incorporating the following: • DFARS 252.225-7001- Buy American Act and Balance of Payments Program (Oct 2011); • DFARS 252.232-7003, Electronic Submission of Payment Requests (Mar 2008); • DFARS 252.243-7002, Requests for Equitable Adjustment (Mar 1998); • DFARS 252.247-7023, Transportation of Supplies by Sea (May 2002); Alt III • DFARS 252.223-7008, Prohibition of Hexavalent Chromium (May 2011); • DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) • 5352.201-9101, Ombudsman • H-850 Local clause for WAWF Incorporated by full text: • FAR 52.212-2, Evaluation, Commercial Items (Jan 1999) (a) 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 factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Incorporated by full text: • DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has Considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ___ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority Responsible for collecting the tax liability, (2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) Please provide a response to clause DFARS 252.209-7999 with your quotation. To view the provisions and clauses in full text, visit the web site http://farsite.hill.af.mil Wide Area Workflow (WAWF) invoicing instructions will be incorporated in the contract document at award. Vendors must be registered in System for Award Management (www.sam.gov) before award can be made. Evaluations will be made on a lowest price technically acceptable basis. All responses must be received no later than 2:00 P.M., Central Standard Time on 21 February 2013. Send all packages via email to 2d Lt. Andrew McKenna at andrew.mckenna@eglin.af.mil. For questions, contact 2d Lt. Andrew McKenna at 850-882-3135 or by e-mail at andrew.mckenna@eglin.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dfb284eb0a7d395e1ed000f80b5bab83)
 
Place of Performance
Address: Eglin AFB, Eglin, Florida, 32547, United States
Zip Code: 32547
 
Record
SN02978771-W 20130206/130204234002-dfb284eb0a7d395e1ed000f80b5bab83 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.