SOLICITATION NOTICE
58 -- AN/PVS-7 Night Vision Equipment for Foreign Military Sales (FMS) Case S4-B-AVV.
- Notice Date
- 4/29/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, US Army C-E LCMC Acquisition Center - DAAB07, US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- W15P7T-08-Q-D029
- Response Due
- 5/12/2008
- Point of Contact
- robyne.baugh1, 732.427.1647
- Small Business Set-Aside
- Total Small Business
- Description
- Synopsis/Solicitation No. W15P7T-08-Q-D029. This is a combined synopsis solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) part 12.6. Streamlined Procedures for Evaluation and Solicitation for Commercial items found under FAR 13.5. Test Program for Certain Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, a quotation is being requested and a separate written solicitation will not be issued. This effort is a Small Business Set Aside for Foreign Military Sales. The North American Industry Classification System (NACIS) Code for this effort is 334511 with the corresponding Small Business Size standard of 750 employees. The U.S, Army CECOM Life Cycle Management Command (CECOM LCMC), Fort Monmouth, NJ 07703 intends to award a firm-fixed price type contract The period of performance for this award will be sixty (60) days. Accelerated delivery at no additional cost to the Government is accepted and encouraged. Packaging requirements shall be in accordance with Standard Practice for Commercial Packaging (ASTM D 3951-98). Inspection and acceptance shall be at SOURCE. Shipment will be FOB Origin. Upon award contractor would be required to contact local DCMA Office for shipping instructions. There will be five (5) CLINS; CLIN, 0001, AN/PVS-7 Night Vision Goggles, quantity of 14 each. Salient characteristics are: GEN II + Image Inensifiers, figure of Merit (FOM)less than 1000 FOM but NTE 1250 FOM Field of View (FOV): 40 degress nominal Magnification: Unity, 1X, Interpupillary Adjustment: 51 to 71 mm, Vertical Adjustment: 25 mm, range, Fore/Aft Adjustment: 27 mm, range, Objective Lens: FNumber: 1.2, TNumber: 1.3 Objective Lens Focus: 0 cm to infinity Eypiece Adjustment: +2.0 to -6.0 diopters Automatic Brightness Control Low Battery Indicator Quick Release lever for one-hand mounting/dismounting. Standard Accessories, quantity of 14 each, operators manual, sacrificial window, demist shield, lens paper, lens caps, shoulder strap, neck cord, low-profile battery pack, hard carring case, two (2) AA battieries and PVS-7 helmet mount. CLIN 0002, Purge kit, quantity of 1 each. Salient characteristics are as follows: portable, quick and easy to assemble/disassemble; simple, hand-operated vacuum pump; leak detection capability;refillabile, nitrogen tank andrugged heavy-duty carrying case. CLIN 0003, Night vision Device Test Set, TS-4348/UA, quantity of 1 each. Salient characteristics are as follows: tests night vision googles; compact and lightweight and built-in feedback control for maintaining precise light levels built-in calibration sensor. CLIN 0004, Purge Adapter for AN/PVS-7, quanityt of 1 each. Fitting device to purge AN/PVS-7s. CLIN 0005, Housing Kit Assembly, quantity of 1 each-PVS-7 Spares kit to include demist shield, sacrificial window, lens tissue, brow pads, shoulder strap, eye cups headmont, soft case lanyard, and objective lens cover. Requirement is for FMS Case S4-B-AVV. BASIS FOR AWARD: The Government intends to make an award to the Contractor who submits the lowest, responsive quotation, and is deemed acceptable and responsible by the Contracting Officer. The Offerors must submit quotations on the full quantity identified. The Contracting Officer reserves the right to make no award uner this procedure. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors, Commercial Items; FAR 52.212-4, Contract Terms and Conditions, Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items. In accordance with FAR 52.21205(b), the following clauses also apply: FAR 52.222-3, 52.222-19, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.232-33 DFARS 252.212-7001 Contract Terms and Conditions Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. In accordance with DFARS 252.212-7001(b), the following clause also applies: 252.232-7003. The offeror shall include a completed copy of the provision FAR 52.212-3, Offerors Representations and Certification, Commercial Items, Alternate I with their offer. Additional provisions and clauses applicable to this acquisition are as follows: FAR 52.204-7 Central Contractor Registration, FAR 52.211-14, Notice of Priority Rating for National Defense Use, FAR 52.211-15, Defense Priority and Allocation Requirements, FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees FAR 5 2.223011, Ozone-Depleting Substances, FAR 52.227-1, FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration, FAR 52.233-1, Disputes, FAR 52.233-4, Applicable Law for Breach o f Contract Claim, FAR 52.243-1, Changes Fixed Price, FAR 52.246-2, Inspection of Supplies -- Fixed-Price, FAR 52.246-15, Certificate of Conformance, FAR 52.247-34,. Destination Evidence of Shipment, FAR 52.252-1, Solicitation Provisions Incorporated by Reference, FAR 52.252-2, Clauses Incorporated by Reference, DFARS 252.204-7003, Control of Government Personnel Work Product, DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist County, DFARS 252.211-7006, DFARS 252.232-7010, FAR 52.247.30 F.O.B. Origin, Contractors Facility; FAR 52.242-15 Stop-Work Order; FAR 52.211-6 Variation in Quantity. Full text of these provisions and clauses, with noted exception to the below-listed local clauses, may be obtained by accessing either of the following: http://www.acq.osd.mil/dpap/dars/index.html or http://www.acqnet.gov/far. The following clauses are local CECOM Life Cycle Management Command (CECOM LCMC) clauses. If needed, the offeror shall request a copy of these local clauses from the Contract Specialist: 52.6106, Notice: Solicitation Ombudsman 52.6076, Army Electronic Invoicing Instructions, 52.6110, Mandatory Use of Contractor to Government Electronic Mail, 52.6115, Material Inspection and Receiving Reports, DD Form 250, DFARS Appendix F, 52.7043, Standard Practice for Commercial 52.7047, 52.7050, Administrative Data/Instructions to the Paying Office, 52.7080, DFAS Columbus Web Invoicing System, 52.76303.1. Failure to comply with these requirements may result in refusal, destruction, or treatment of materials at the point of entry. The Government reserves the right to recoup from the contractor any remediation costs incurred by the Government. 3.2 Requirements for Item Marking (Commercial Off The Shelf Items). Part Number Marking. Each item delivered under contract, along with each assembly, sub assembly, and module, shall be legibly marked with the appropriate part number, manufacturer s identification, serial number and NSN. Hardware such as screws, nuts, bolts, etc., need not be marked. This requirement should be entirely met by the contractor s standard commercial marking However, if there is any question about marking it shall be directed to the Contracting Officer for resolution. 3.3 Requirements for Quality Assurance System. The contractor shall implement and maintain a Quality Assurance System for commercial items that meets or exceeds commercial best practices. These established commercial quality requirements shall be commonly accepted practices employed by industry in both national and international manufacturing environments. 4.0. Government Quality Assurance. Any in-process inspections performed by the Government shall be conducted in a manner consistent with contractor s commercial practices. The offeror must be registered in the Central Contractor Registration (CCR) database prior to award. The offeror may register with the Central Contractor Registration (CCR) by calling (800) 334-3414 or at http://www.ccr.gov. The U.S. Army CECOM Life Cycle Management Command (CECOM LCMC) has established the Interactive Business Opportunities Page (IBOP) website as part of the Army s Single Face to Industry, to allow electronic posting of solicitations for Request for Proposals (RFP), and Invitations for Bids (IFB). All parties interested in doing business with the U.S. Army CECOM Life Cycle Management Command are invited to access, operate, send and receive information from the IBOP at http://abop.monmouth.army.mil. The offeror shall submit their proposal through the Interactive Business Opportunities Page (IBOP) by 4:30 PM ET on May 12,2008. Questions and or concerns regarding this solicitation/synopsis shall be directed to Robyne Baugh, Contract Specialist via phone at (732) 427-1647 or email Robyne.Baugh1@us.army.mil. The Contracting Officer for this acquisition is Thomas S. McConnell via email Thomas.McConnell@us.army.mil phone (732) 532-5986. Registration guidance for the Interactive Business Opportunities Page (IBOP) website is provided under User Services at the User Registration Link on the Interactive Business Opportunities Page (IBOP) website. For technical Interactive Business Opportunities Page (IBOP) related issues unrelated to registration, call (732) 532-1840 or (732) 532-5246. This synopsis/solicitation has been posted to the Interactive Business Opportunities Page (IBOP) under Solicitation No.: W15P7T-08-Q-D029. Place of Performance: US Army C-E LCMC Acquisition Center - W15P7T ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ, 07703-5008, US
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=db6278762c095af1896a3dcbb9881703&tab=core&_cview=1)
- Place of Performance
- Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
- Zip Code: 07703-5008
- Zip Code: 07703-5008
- Record
- SN01562715-W 20080501/080429215210-8be7e38cc9f686108cb37d0866275874 (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 |