Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2014 FBO #4625
SOLICITATION NOTICE

67 -- Thermal Camera

Notice Date
7/22/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333316 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-14-T-7895
 
Response Due
8/1/2014
 
Archive Date
8/31/2014
 
Point of Contact
Point of Contact - Gerald M Burch, Contract Specialist, 619-553-4360; AURORA VARGAS, Contracting Officer, 619-553-0901
 
E-Mail Address
Contract Specialist
(gerald.burch@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes only the solicitation. Competitive quotes are being requested under N66001-14-T-7895. This requirement is set-aside for small businesses, NAICS code is 333316 and the size standard is 1000 empoyees. **DO NOT SUBMIT CAPABILITY STATEMENTS, THEY WILL NOT BE REVIEWED** This Solicitation is for Brand Name: See attached requirements. Note: UID Labels are required on all equipment with a unit cost of $5,000 or more per DFARS 252-211-7003, Item Identification & Valuation. If there is a cost for the UID Label, please quote a separate line item. Item 0001: Thermal Camera, Model Z-1000 (General Dynamics) TFOV Cooled 250/500/1000mm f/4 3-5um Includes: 640 x 480 pixel MCT Detector, NTSC Video Format, Standard White Color, 12 foot Interface Cable and Sunshield P/N: 23478 Qty: 1 Each (SEE ATTACHED ADDITIONAL INFO) Item 0002: Shipping Charge: Shipping (if not included in price) If there is a separate shipping cost (Not Included in Price) and (Not a Firm Fixed Price Less Than $100.00), supporting documentation will be required substantiating shipping charges. Basis for award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest priced technically acceptable quote. "The statement below applies: To be considered for award, the offeror certifies that the product(s) being offered is an original, new and Trade Agreements Act (TAA) compliant product, and that the subject products are eligible for all manufacturer warranties and other ancillary services or options provided by the manufacturer. Offeror further certifies that it is authorized by the manufacturer to sell the products that are the subject of this action in the U.S. (i.e., that the products are TAA compliant and that the offeror is authorized to sell them in the U.S.). Offerors are required to submit documentation with the offer identifying its supply chain for the product, and certifying that all products are new, TAA compliant, and in their original packaging. By making an offer, offeror also consents to no cost cancellation of the non- compliant awarded items if, upon inspection after delivery, any products provided are not recognized or acknowledged by the manufacturer as new and original products that are eligible for warranties and all other ancillary services or options provided by the manufacturer or that offeror was not authorized by the manufacturer to sell the product in the U.S., or that the product is in some manner not TAA compliant." This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-74 (07/01/2014) and Defense Federal Acquisition Regulation Supplement (DFARS), 24 June 2014. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. FAR Clause at 52.212-1, Instructions to Offerors Commercial, and 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference, applies to this acquisition. FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items applies to this acquisition in e-Commerce. FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders, 52.219-6, Notice of Total Small Business Set-Aside, 52.222-3, Convict Labor (E.O. 11755), 52.222-19, Child LaborCooperation with Authorities and Remedies (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (31 U.S.C. 3332), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (Deviation) also applies to this acquisition, 52.204-99, System for Award Management Registration (Deviation), 52.222-36, Affirmative Action for Workers with Disabilities, 52.204-2, Security Requirements, 2012-00007 Class Deviation- Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law, DFARS 252.211-7003, Item Unique Identification and Valuation. This RFQ closes on 01 Aug 2014, at 12:00 PM, Pacific Daylight Time (PDT). Quotes uploaded on the SPAWAR e-commerce website at https://e-commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified Acquisitions/N66001-14-T-7895. The point of contact for this solicitation is Gerald Burch, gerald.burch@navy.mil Please include RFQ N66001-14-T-7895 on all inquiries. **DO NOT SUBMIT CAPABILITY STATEMENTS, THEY WILL NOT BE REVIEWED** All responding vendors must have a completed registration in the System for Award Management (SAM) program prior to award of contract. Information to register in SAM can be found at: https://www.sam.gov/portal/public/SAM/. Complete SAM registration means a registered DUNS and CAGE Code numbers.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/594b4dbe685198641c3a73425a6071aa)
 
Record
SN03432751-W 20140724/140722234547-594b4dbe685198641c3a73425a6071aa (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.