Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2012 FBO #3841
SOLICITATION NOTICE

10 -- NVWS-6 Night Vision Weapon Site - Package #1

Notice Date
5/29/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street, Butler Square, 5TH Floor, Minneapolis, Minnesota, 55403, United States
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-12-0089
 
Point of Contact
Leigh D. Eberhart, Phone: 6123363206
 
E-Mail Address
Leigh.D.Eberhart@aphis.usda.gov
(Leigh.D.Eberhart@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
ATTACHMENT – 2 PLEASE RETURN WITH QUOTE NVWS-6 Night Vision Weapon Site This is a combined synopsis/solicitation for commercial items prepared in accordance with the Streamlined format in Subpart 12.6, as supplemented with additional information in FAR Parts 13 also included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation# AG-6395-S-12-0089 is issued as Request For quotes (RFQ) **All pricing to include any and all costs but not limited to: overhead, general and administrative costs, profit, and transportation** Line item Description 001 1ea NVWS-6 Night Vision Weapon Site (Brand Name or Equal) Operates on 2AA batteries Scope comes with: Battery charger Hard Shell Case Soft Shell Case Operations manual The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. Applicable FAR and USDA clauses are incorporated by reference and may be viewed on the following website (s) https://www.acquisition.gov/far/index.html http://www.dm.usda.gov/procurement/policy/agar_x/agarbase/index.html The associated North American Industrial Classification System (NAICS) code for this procurement is 333314 - Optical Instrument and Lens Manufacturing for a 100% small business set-aside. The Small Business size standard for this NAICS code is 500 employees Evaluation Evaluation of quotes will be in accordance with Federal Acquisition Regulations (FAR) 13.106-2 (b)(4)(i) Evaluation of quotations or offers: (4) For acquisitions conducted using a method that permits electronic response to the solicitation, the contracting officer may- (i) After preliminary consideration of all quotations or offers, identify from all quotations or offers received one that is suitable to the user, such as the lowest priced brand name product, and quickly screen all lower priced quotations or offers based on readily discernible value indicators, such as past performance, warranty conditions, and maintenance availability; Statement of Work: The U.S. Department of Agriculture/Animal Plant Health Inspection Services/Wild Life Services Office in Elkins West Virginia is in need of a Sierra Pacific Innovations NVWS-6 Night Vision Weapon Sight 6x. The scope will be used to shoot predators (animal variety) to protect certain herds and flocks of livestock. This solicitation is for a Sierra Pacific Innovations NVWS-6 Night Vision Weapon Sight 6x brand name or equal item in accordance with FAR 6.302-1 (c) (1), which allows "an acquisition or portion of an acquisition that uses a brand-name description or other purchase description to specify a particular brand-name, product, or feature of a product, peculiar to one manufacturer." The item in this solicitation identified as "brand name or equal," posesses the salient characteristics which reflect the level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in Attachment 1 of this solicitation. To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. WARRANTIES: Implied Warranty - The Government's post award rights contained in 52.212-4 are the implied warranty of merchantability, the implied warranty of fitness for particular purpose and the remedies contained in the acceptance paragraph. Additional Warrant - : Explain all details of the warranty. If an extended warranty is available explain details of extended warranty including price and availability after initial warranty expires. The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's right with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the FOB Destination Delivery Location: USDA/APHIS/WS 730 Yokum Street Elkins, WV 26241 The following FAR and AGAR Provisions apply to this Solicitation. Offers submitted without completion of required Certifications,Representations, and Provisions at the time of submission may be considered nonresponsive. 52.212-1 Instructions to Offerors-Commercial Items. 52.212-3 Offeror Representations and Certifications-Commercial Items. AGAR 452.209 - 70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction. 52.211-6 Brand Name or Equal. The following FAR and AGAR Clauses apply to this Solicitation and resulting award. 52.252-2 Clauses Incorporated by Reference. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). CLAUSES IN FULL TEXT: 52.212-4 Contract Terms and Conditions-Commercial Items. AGAR 452.209 - 71 ASSURANCE REGARDING FELONY CONVICTION OR TAX DELINQUENT STATUS FOR CORPORATE APPLICANTS INSTRUCTIONS CONDITIONS AND NOTICES TO OFFERORS OR RESPONDENTS In order to have a complete quote package, as a minimum, it must contain the following items: Completion of all required items in attachment 2 ONLINE Completion of provision 52.212-3, Offeror Representations and Certifications - Commercial Items. Anyone wishing to do business with the USDA Shall complete certifications electronically at http://orca.bpn.gov. An offeror shall complete only paragraph (j) of this provision included in the solicitation if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision included in the solicitation attachment 2. Offers submitted without completion of this provision will be considered nonresponsive. ONLINE A completed Central Contractors Registration at http://www.ccr.gov In accordance with FAR 52.212-1 (k) Central Contractor Registration; anyone wishing to do business with the USDA must be listed in the government's Central Contractor Registrar. You may register on line with www.ccr.gov. or by calling Central Contractors Registration @ 1-866-606-8220 or consult online hand book at http://www.ccr.gov/handbook.aspx Potential Vendors must also obtain a Dunn and Bradstreet number. If your company does not have a DUNS number, you may contact Dun and Bradstreet directly to obtain one by calling 1- 866-705-5711or via the following website: http://fedgov.dnb.com/webform or at ccr.dnb.com/ccr/pages/CCRSearch.jsp. Offers submitted without completion of this provision will be considered nonresponsive. The Vendor quote along with the completed Attachment 2 need to be sent to the attention of Leigh Eberhart at the Email, Fax, or address listed below by 4:pm Central Time June 11, 2012. Leigh Eberhart Contracting Officer USDA/APHIS/MRPBS 100 N. 6TH Street, Butler Sq. N. Suite 510-C Minneapolis, MN 55403 ph:612-336-3206 Fax: 612-336-3550 Email: Leigh.D.Eberhart@aphis.usda.gov The U.S. DEPARTMENT OF AGRICULTURE IS A TAX EXEMPT AGENCY. (EXEMPT FROM STATE AND FEDERAL TAX)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Purchasing/AG-6395-S-12-0089/listing.html)
 
Place of Performance
Address: USDA APHIS WS, 730 Yokum Street, Elkins, West Virginia, 26241, United States
Zip Code: 26241
 
Record
SN02759584-W 20120531/120529234507-f1e533f1032bd8d046945bdbac847bf0 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.