Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2014 FBO #4612
SOLICITATION NOTICE

66 -- Video Borescopes

Notice Date
7/9/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1349 Lutman Drive, Joint Base Andrews, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
F1D2594028AA01-VideoBorescope
 
Archive Date
8/23/2014
 
Point of Contact
James S. Barrett, Phone: 2406125653, Teresa A Valentine, Phone: 240-612-5650
 
E-Mail Address
james.s.barrett25.mil@mail.mil, teresa.a.valentine.civ@mail.mil
(james.s.barrett25.mil@mail.mil, teresa.a.valentine.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. Solicitation number F1D2594028AA01-VideoBorescope is being issued as a Request for Quote (RFQ) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. All responsible sources may submit an offer to be considered by the agency. 2. This requirement will be pursued as unrestricted. The North American Industry Classification System (NAICS) code is 333314, and the small business size standard is 500 employees. 3. The Government will award a firm fixed price contract for purchase and training of video borescopes for the 89th MXG at Joint Base Andrews. The following items/services are being procured: CLIN 0001: Video Borescope. Salient characteristics as follows: 6.2 mm in size Lightweight and durable (able to withstand high temperatures and impacts) Tungsten design Compact in design but with a large monitor Compact during transportation (storage container needs to be compact due to space limitations on aircraft) Impervious to weather/environment One handed operation--4 way articulation required Able to measure damage/record damage (pictures and videos) (stereo measurement--distance, point-to-line, depth, area/lines) Excellent clarity and screen image LED lighting with brightness control Interchangeable tips with dual locking feature to prevent loss of tips Ability to name photos on the hard drive prior to transferring them. Easy to transfer captured images and videos off of borescope Wireless LAN capability required 3.5 meter long cable with a working channel within the scope for FOD retrieval Easy to use Training on how to use scope included 4. Delivery Information Delivery address: Joint Base Andrews, MD 20762 5. Clauses & Provisions It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following provisions are applicable: 52.212-1 - Instructions to Offerors - Commercial (Jul 2013) 52.212-2 - Evaluation -- Commercial Items. EVALUATION PROCEDURES: The government will award a contract resulting from this solicitation on the basis of a ‘Lowest Price Technically Acceptable' (LPTA) approach. An award will be made to the lowest evaluated offer that is technically acceptable. The government may communicate with an offeror in order to clarify or verify information submitted in their offer.; 52.212-3 - Offerors Representations and Certifications - Commercial Items. All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/ or from https://www.sam.gov/ if registered in SAM (System for Award Management). Offerors that fail to furnish the required representation information or that reject the terms and conditions of the solicitation may be excluded from consideration. 52.214-31 - Facsimile Bids (Dec 1989); 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998). The following clauses are applicable: 52.204-7 - System for Award Management Registration Deviation (Jul 2013) 52.211-17 - Delivery of Excess Quantities (Sep 1989); 52.212-4 - Contract Terms and Conditions - Commercial Items (Jan 2014); 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2014) Alternate I (DEVIATION) (Feb 2000); 52.219-6 - Notice of Total Small Business Set-Aside (Nov 2011) 52.222-3 - Convict Labor (Jun 2003); 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Jul 2010); 52.222-21 - Prohibition of Segregated Facilities (Feb 1999); 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008); 52.223-3 - Hazardous Material Identification and Material Safety Data (Jan 1997); 52.232-23 - Payment by Electronic Funds Transfer--System for Awards Management (Jul 2013); 52.233-3 - Protest After Award (Aug 1996); 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004); 52.252-2 - Clauses Incorporated by Reference (Feb 1998) 52.252-6 - Authorized Deviations in Clauses (Feb 1998) 252.204-7004 - Alternate A, System for Award Management (May 2013); 252.212-7001 - Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011) (DEVIATION) applies to this acquisition and specifically the following clauses under paragraph (b) are applicable; 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (June 2012); 252.232-7006 - Wide Area Workflow Payment Instructions (May 2013); 6. The contracting office address is as follows: 11th Contracting Squadron 1349 Lutman Drive Andrews AFB, MD 20762 7. All quotes must be sent via e-mail to SrA James Barrett at james.s.barrett25.mil@mail.mil. Quotes shall be submitted no later than 12:00 PM EST, 8 August, 2014. Questions shall be submitted no later than 12:00 PM, 23 July, 2014, and will be posted on 24 July, 2014
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/F1D2594028AA01-VideoBorescope/listing.html)
 
Place of Performance
Address: Andrews AFB, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN03419134-W 20140711/140710022947-08ae7a8f6bc15722e22bea42e50744d9 (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.