SOLICITATION NOTICE
58 -- Targeting Equipment
- Notice Date
- 9/29/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
- ZIP Code
- 89191-7063
- Solicitation Number
- F3G5FA8266A007
- Archive Date
- 10/15/2008
- Point of Contact
- Mona El Oueslati,, Phone: 702-652-3364
- E-Mail Address
-
mona.eloueslati@nellis.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This requirement F3G5FA8266A007 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. The NAICS for this solicitation is 333314. The size standard for a small business under this NAICS code is 500 employees. This is a commercial request for Targeting Equipment. To furnish all labor, tools, parts, material transportation, and facilities to acquire: 2 See SPOT III Thermal Targeting Tools, 2 IZLID 1000 Target Markers with Tripods, 2 Spotting Scopes. Salient characteristics are as follows: THIS IS A BRAND NAME OR EQUAL PURCHASE. IF QUOTING AN OR EQUAL PRODUCT PLEASE PROVIDE DESCRIPTIVE INFORMATION/SPECIFICATIONS IN THE QUOTE. CLIN 0001: SEE SPOT III, Manufacturer: Alpha-ES, Quantity 2: Thermal Targeting Tool. Long range IR imaging capability operating in both the 1.06m and 4.5-4.8um wavebands. The system is designed for use with the GLTD ground laser target designator to provide a direct viewing capability with a built-in LCD eyepiece integrated into the assembly. The camera will operate from a single "D" cell disposable lithium battery and provide 4-6 hours of operation. CLIN 0002: IZLID 1000 Target Marker with Tripod: 43km + IR LASER capability, Manufacturer: B.E. Meyers, Part #: 428-A1-1 "OR EQUAL", Quantity 2. Ruggedized to survive extreme environments. Handheld or weapon-mounted options. IR Aim dot or illuminator mode. Output Power: 445mW (low) or 950mW (High). Wavelength: IR for NVG. Power Source: 4 AA Batteries. Dimensions: Approximately 10.71 x 2.2 x 2.87 inches and 1.7 inch Diameter. Approximate weight with batteries: 27.5 oz. 20 m Waterproof. NOHD: 620m. Effective Range: 43km (Narrow-Pointer) to 7km (Wide Illuminator). CLIN 0003: Spotting Scope, Suggested source: Nikon, Part #:218-22309 "OR EQUAL" Prostaff 16-48X65 Spotting Scope, Quantity 2: 65mm Angle Viewing. 16-48 power zoom range. Fully waterproof, fogproof and shockproof. Multicoated optics for bright, clear image. Phase correction coated prisms. Durable rubber armor. Long eye relief for those wearing glasses. Sliding Sunshade. Multi-Coated Lens. Proprietary Anti-reflective Compounds. Real Angular Field of View 2.4. Angular field of view (Apparent/deg): 38.4@16x. Field of view at 1000 Yards: 126' @16x. Exit Pupil 4.1mm @16x. Eye Relief 15.2mm @16x. Relative Brightness: 16.8 @16x. Close Focus Distance: 13.1 ft. Rubber Coated/Armored. Approximate Dimensions: 11.5"L x 4.1"W. Approximate weight: 31.2 oz. Integral peep sight. ------------------ Quotes must include: Bidder contact information, DUNS #, CAGE Code, TIN #, GSA Schedule Contract #, and Expected Delivery time. Shipping cost must be included in the quoted price. Delivery = FOB Destination. ------------------ If you have any questions please contact 2Lt Mona El Oueslati via phone: 702-652-3364, or via email: mona.eloueslati@nellis.af.mil PLEASE INCLUDE DESCRIPTIVE LITERATURE, AND/OR COMPLETE SPECIFICATIONS IF PROVIDING AN "OR EQUAL." Also provide Part number and manufacturer of quoted items. 52.225-2 Buy American Certificate. As prescribed in 25.109(a), insert the following provision: BUY AMERICAN CERTIFICATE (June 2003) (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. The terms "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act-Supplies." (b) Foreign End Products: Line Item No. Country of Origin [List as necessary] (c) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. FAR provision 52.212-2, Evaluation Commercial Items, also applies. In addition to the price list, offerors shall submit with their offer a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I. The following clauses and provisions apply to this solicitation and resulting award: FAR 52.204-7, CCR; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors; FAR 52.212-3 Alt 1, Reps & Certs; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.213-2, Total SB set-aside; FAR 52.219-28, Post-Award SB Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibit Segregated Facilities; FAR 52.222-22, Previous Contracts & Compliance Reports; FAR 52.222-25, Affirmative Action; FAR 52.222-26, Equal Opportunity; FAR 52.223-3, HAZMAT & MSDS; FAR 52.223-4, Recovered Materials Certification; FAR 52-225.13, Restriction on Foreign Purchase; FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.233-1, Disputes; FAR 52.233-3, Protest After Award; FAR 52.233-4, Appl Law - Breach Contract Claim; FAR 52.246-2, Inspection of Supplies -Fixed price; FAR 52.247-34, FOB Destination; FAR 52.252-1, Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-5, Authorized Deviations in Provisions; FAR 52.252-6, Authorized Deviations in Clauses. DFAR 252.204-7003, Control of Government Workplace; DFAR 252.211-7003, Item ID & Valuation; DFAR 252.212-7001 DEV, Terms & Conditions; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7000, Buy American Cert; DFAR 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFAR 252.232-7003, Electronic Submission Payment Required; DFAR 252.232-7010, Levies on Contract Payments; DFAR 252.243-7001, Pricing of Modifications; AFFARS 5352.201-9101, Ombudsman Clause; Local Clause G-403, Submitting Invoices Electronically. All contractors must be registered in the Central Contractor Registration (CCR @ http://www.ccr.gov/) database to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Please e-mail your quotes to mona.eloueslati@nellis.af.mil or you may fax them to the attention of 2d Lt Mona El Oueslati at 702-652-9570. Please contact 2d Lt Mona El Oueslati with any questions/concerns at 702-652-3364. Quotes are due on or before 12:00 am Tuesday, 30 September 2008, Pacific Standard Time.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f16fb0e0f55f5856e53f0e0c5c6a9627&tab=core&_cview=1)
- Place of Performance
- Address: Nellis AFB, Nevada, 89191, United States
- Zip Code: 89191
- Zip Code: 89191
- Record
- SN01684756-W 20081001/080929220931-f16fb0e0f55f5856e53f0e0c5c6a9627 (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 |