Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2012 FBO #3905
SOLICITATION NOTICE

10 -- EO TECH EXPS2 HOLOGRAPHIC WEAPON SIGHT (HWS) SYSTEM

Notice Date
8/1/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of Justice, United States Marshals Service, Special Operations Group, TOD, Camp Beauregard, 1401 'F' Street, Pineville, Louisiana, 71360, United States
 
ZIP Code
71360
 
Solicitation Number
DJMS-12-SOG-Q-1001
 
Point of Contact
Amy M. Vance, Phone: 318/6414321
 
E-Mail Address
amy.vance@usdoj.gov
(amy.vance@usdoj.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Synopsis: The United States Marshals Service (USMS) is requesting quotes from Small Business concerns that can provide EO TECH EXPS2-0 Holographic Weapon Sight Systems per the specifications included in this solicitation, for the the USMS Special Operations Group (SOG). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The USMS will award a Firm Fixed Price type contract for EO Tech EXPS2-0 Holographic Weapon Sight System Units. This solicitation #DJMS-12-SOG-Q-1003 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60, Effective July 26, 2012. The solicitation is a 100% Small Business set-aside for NAICS Code 333314 and the small business size standard is 500 Employees, respectively. This announcement/solicitation is solicited as a total Small Business set-aside, and constitutes the only bid document that will be issued. Price Schedule: *CLIN Description of Items Unit Estimated Quantity Unit Price Total Amount 0001 EO TECH EXPS2-0 Holographic Weapon Sight System Each 150 *Contract Line Item Number (CLIN) Delivery Time: The Contractor shall deliver all items / 150 each EO TECH EXPS2 Holographic Weapon Sight system Units no later than thirty (30) days after award of the contract. Shipping/Delivery Location: USMS Special Operations Group (SOG) 1401 F Street Camp Beauregard Pineville, LA 71360 Note: The Contractor shall deliver all items FOB Destination to the address identified above. Description of Requirement/Specifications: The Contractor shall provide 150 EO Tech EXPS2 Holographic Weapon Sight System Units that meet the following specifications: Operation Optics: Transmission holography - parallax free Magnification: 1x Eye Relief: Unlimited Length/Width/Height: 3.5"x2.4"x2.8" (91.4X 60.9x71mm) Weight: 11.2 oz (317grams) Temperature: -40 to 150 F Waterproof: Submersible to 10 ft depth Sealing: Fogproof internal optics Adjustment (per click): 0.5 MOA (1/2" at 100 yds) Adjustment Range: +/- 40 MOA travel Mount: 1" Weaver or (MIL-STD-1913) rail. Adjustable for width variation Return to Zero: Repeatable to within 2 MOA after re-mounting Heads-Up-Display Window Optical Surfaces: Anti-glare coating Window Dimensions: 1.20" x 0.85" (30 x 23mm) Front Window Material: 1/8" solid glass Rear Window Material: Shatter resistant laminate (3/16" thick) Field of View (100 yds): 30 yds (28m) at a 4" eye relief Electrical Brightness Adjustment Range: 146,000:1 brightest to lowest Power Source: (1) 123 lithium battery Battery Life: 600 continuous hours at nominal setting 12 Brightness Settings: 20 settings with scrolling feature Auto Battery Check Indicator: Flashing reticle upon start-up Auto Shut-down: At 8 hrs- programmable to 4 hrs FEATURES ■Reticle is a 65MOA circle with 1 MOA aiming dot ■Single transverse 123 battery to reduce sight length ■Shortened base only requires at most 2 3/4 inch of rail space ■Battery cap and latch are eliminated and replaced with a simple O-ring, tethered cap; better sealing is achieved ■Battery compartment is now separated from the base to allow it to hover over the delta ring of the rifle ■Average battery life at brightness level 12 is roughly 600 hours ■Side buttons with an adjustable, locking, and quick detach lever for easy attachment and removal Instructions and Notice to Offerors: Offers submitted in response to the requirements listed above, shall be submitted on company letterhead and each offeror shall address all requirements listed above. Offerors shall also provide their DUNS # and Tax ID # as part of their offer / submittal. Offers shall include all information required in accordance with FAR 52.212-1 Instructions to Offerors-Commercial Items (May 2011), a completed Price Schedule (identified above) as part of the Price Quote, and a completed copy of provision FAR 52-212-3 Offeror Representations and Certifications-Commercial Items (May 2011). Any offer that does not meet the solicitation requirements will be rejected as non-responsive. Offerors that can meet the requirements/specifications and provide the item listed above shall respond to this solicitation by submitting one (1) Price Quote. Offerors shall submit their offers (Price Quote) via email for fax to: Amy Vance USMS / Special Operations Group Amy.vance@usdoj.gov 318-640-7094 (fax number) The closing date for the receipt of offers is August 16, 2012, 4:00 PM CST. Evaluation Factors for Award: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The evaluation factors are: 1. Price. Evaluation and award may be made with or without discussions with the offeror(s). Note: Proposals will be evaluated for acceptability but not ranked using the non-cost/price factors. Rating System: The following rating scheme will be used to evaluate the Technical Acceptability factor: • Acceptable (Go). The offeror meets the requirements of the solicitation. • Not Acceptable (No-Go). The offeror does not meet the requirements of the solicitation. Price: Each Price Quote will be evaluated on the basis of price reasonableness. This evaluation may include, but is not limited to a comparison of the proposed price with the prices proposed by other offerors, the Government's estimate, consideration of current prices being paid for the same or similar services, current market conditions, as well as other relevant measures. Award: The contract will be awarded to the offeror whose quotation that offers the best value and is most advantageous to the Government. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Provisions and Contract Clauses: The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far; 52.212-1 Instructions to Offerors Commercial Items-Commercial Items (May 2011); 52.212-2 Evaluation-Commercial Items (Jan 1999); offerors shall include a completed copy of the FAR 52.212-3 Offeror Representations and Certification -Commercial Items (May 2011) along with his/her offer/proposal; FAR 52.212-4 Contract Terms and Conditions Commercial Items; and 52.212-5 Contract Terms and Conditions Required to Implement Statutes on Executive Orders Commercial Items (Aug 2011) and in accordance with FAR 12.603(c) (2)(xii) the following provisions under the clause apply (b)(1),(b)(4),(b)(6),(b)(13),(b)(14),(b)(20),(b)(21),(b)(24)-(b)(31),(b)(38),(b)(40),and (b)(45). This solicitation contains a brand name justification and is being postied in accordance with FAR 5.102-(a)(6). The brand name justification is provided below. The Special Operations Group unit currently has the EO Tech 552 HWS in its inventory and has utilized the device for several years. SOG has determined that the current equipment used no longer meets the requirement as the weapons optical scope is too difficult to remove if necessary while in remote locations. Past performance has presented that the current optical weapon scope does not perform in the type of climate accustomed to Kabul, Afghanistan. SOG needs to have the option to easily remove the optic in case of foul weather fogging up the system or breakage of system. SOG needs to provide its members an optic with this option. SOG members have to have the ability to quickly detach the optic and transition to iron sights in a combat situation, such as in deployments to Afghanistan where this is the standard issue optic, should the need arise. To promote standardization, familiarization and eliminate the need for costly retraining, SOG is adding to its inventory of the EO Tech EXPS2 HWS device.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/30791cf4df099f48807f5f14c9ed2446)
 
Place of Performance
Address: USMS / Special Operations Group, Camp Beauregard, Pineville, Louisiana, 71360, United States
Zip Code: 71360
 
Record
SN02823329-W 20120803/120802000148-30791cf4df099f48807f5f14c9ed2446 (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.