SOLICITATION NOTICE
59 -- Weapon Laser Pointers
- Notice Date
- 3/10/2009
- Notice Type
- Modification/Amendment
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Technical Applications Contracting Office (TAKO), ATTN: AMSAM-TASO-K, Lee Boulevard, Building 401, Fort Eustis, Virginia, 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- AV9FL00700FL00
- Archive Date
- 3/28/2009
- Point of Contact
- Terri L. Tew,, Phone: 757-878-5223 X246
- E-Mail Address
-
terri.tew@us.army.mil
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items reference number AV9FL00700FL00 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 an additional written solicitation will not be issued. This synopsis/solicitation is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR Part 13.5. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-30 and Defense Federal Acquisition Regulation Supplement, Defense Change Notice (DCN) 20090115. The NAICS code is 333314 and the small business size standard is 500 employees. The U. S. Special Operations Command intends to contract for the purchase of 420 ea. Positional IR Lasers, PN: 425P-A2-AA; 420 ea. Laser Mounts, PN: 425PAA-R14B1913; 40 ea. 16’ Pressure Switch, PN: 425P-ELMAS; 420 ea. Dual Throw Lever Mounts, PN: 855-1913A; 40 ea. 6.24” Rail, PN: C1913-6.25; 240 ea. Coiled 9” Pressure Switch, PN: 425P-R03TMV; 135 ea. DB Laser-In Laser Lens, PN: 425P-R13DDB; 240 ea. Straight 9” Pressure Switch, PN: 425P-R03TMSV; and 285 ea. Battery Weapon Mount, PN: 425P-R14B. This requirement is for a laser that can perform night-time pointing and target acquisition from a minimum distance of 2 kilometers in high-ambient temperature conditions while mounted directly to airborne crew-served weapons (primarily the M134 in "Flex" configuration) and MH-60L DAP airframes. The minimum requirements are: a. Range: Minimum of 2km targeting/pointing/designating from the air; b. Universal application: Be adaptable/interchangeable between airframes and the M134; c. Mission Time: Minimum two (2) hours battery operation with 30 minutes actual trigger; d. Power Supply: Self-contained battery power, preferably in "AA" battery config; e. Remote Operation: Remote control harness for both MH-60 nose and ALL M134 FLEX; f. Dual Purpose: Unit must be capable of both pinpoint and flood beams simultaneously; g. Ruggedized Housing: Laser wi11 conform to ACFT Mil-Spec requirements; h. Power Output: Dual setting of low and high power (min 100mw low, 200mw high); i. Operating Temperature Range: between 0'F and 150’F; and j. A dual throw type mount to secure laser to all weapons systems and aircraft. Equipment shall be delivered to Fort Campbell, KY. The date requested for delivery is to be determined after receipt of the order. FOB point is Destination. Inspection and acceptance shall be at Origin by the Government. Offers shall be evaluated on a technically acceptable, low offer basis. The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors--Commercial Items, 52.212-2, Evaluation Commercial Items, FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must ensure a completed ORCA is available for download, FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.211-14, Notice of Priority Rating for National Defense Use, FAR 52.211-15, Defense Priority and Allocation Requirements, FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. The clause at FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov. The above provisions and clauses can be found at http://farsite.hill.af.mil. The Defense Priorities and Allocation Systems (DPAS) assigned rating for this procurement is DO-A1. This announcement will close and quotes are due by 12:00 PM (EST) 9 February 2009. Signed and dated offers, to include a complete listing of all items, must be submitted to US Special Operations Command, Technology Applications Contracting Office, Attn: Terri Tew,Commercial Phone number (757) 878-3299 Ext. 246, Fax (757) 878-3937, E-mail terri.tew@us.army.mil. All responsible sources may submit a proposal which shall be considered. Offers shall be submitted via E-mail only.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d9bb453aaf0ebcf22fa93d4221ffc7c8&tab=core&_cview=1)
- Record
- SN01766304-W 20090312/090310220757-d9bb453aaf0ebcf22fa93d4221ffc7c8 (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 |