MODIFICATION
58 -- Commercial Exportable ANV-126-085 NVD and ANV-126A-001 NVD test sets
- Notice Date
- 3/14/2013
- Notice Type
- Modification/Amendment
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
- ZIP Code
- 21005-1846
- Solicitation Number
- W15P7T13RD032
- Response Due
- 3/28/2013
- Archive Date
- 5/13/2013
- Point of Contact
- Rebecca Mitchem, 443-861-4893
- E-Mail Address
-
ACC-APG - Aberdeen Division B
(rebecca.j.mitchem@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This combined synopsis/solicitation has been modified as follows: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Quotes are being requested and a written solicitation will not be issued. This action will be solicited as full and open competition. The word Government in this document refers to the United States Government, its authorized Agencies, Departments, Representatives, Personnel and Assigns only. The North American Industry Classification System (NAICS) code for this action is 334220 and the Federal Supply Classification (FSC) is 5820. The combined synopsis/solicitation number is W15P7T-13-R-D032. The basis for award shall be lowest price technically acceptable (LPTA). Requirement is for three (3) each commercial exportable ANV-126-085 NVD calibration kits, seven (7) each commercial export ANV-126A-001 NVD test sets with diopter and collimation bridge, three (3) each ANV-126-047 low battery indicators, three (3) each ANV-20/20 infinity focus systems and six (6) each ANV-20/20-003 wall mount systems. Each ANV-126-085 NVD Calibration Kit shall include ANV-126-070 calibration module, flashlight, multimeter (digital), calibration adapter plate, calibration telescope, all required cables and connectors, manual, and carrying case. Salient characteristics of the ANV-126A-001 NVD Test Set with Diopter and Collimation Bridge: Field of View 40 degrees full field; System gain: direct reading of gain in real-time, including gain ratio between tubes; Resolution- visual check for limiting resolution, patterns 1-6; high-light resolution: 20fc, test for gated and filmless tubes; Image quality- visual checks using projected reticles, (USAF 1951) & SpotDefect zones (40 degree/fov), Collimination & Diopter test; NVD battery: complete NVD electrical system evaluation including LBI (low battery indicator); Tube current: digital displays of image tube current draw & test voltage; digital operation: system prompts & guides test sequence, digital light level settings; Packaging: rugged, portable MIL-Spec case. A one (1) year commercial warranty is required on all items. Vendor shall supply a copy of the one year warranty with quote. This is a Foreign Military Sales Requirement, for the Government of Brazil under FMS case BR-B-UUA. Delivery term is F.O.B. Origin. Inspection and Acceptance shall be at Source. Vendor will not ship material. Vendor will contact cognizant DCMA for instructions. Required delivery is 29 May 2013. Partial shipments are not authorized. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision 52.204-10, Reporting Executive Compensation And First Tier Subcontract Awards, applies to this acquisition. The clause 52.209-6, Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed For Debarment. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, must be provided with offers. The clause at 52.204-7, Central Contractor Registration; 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. Additional FAR clauses cited in this clause are applicable: (19) 52.222-3, Convict Labor; (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (21) 52.222-21 Prohibition of Segregated Facilities (22) 52.222-26 Equal Opportunity; (23) 52.222-35, Equal Opportunity For Disabled Veterans and Veterans of the Vietnam Era, (24) 52.222-36, Affirmative Action For Workers with Disabilities, (25) 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. A completed copy of the provision at DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items, must be provided with offers. The clause at DFARS 252.212-7001 applies to this acquisition. Additional DFAR clauses cited in this clause are applicable: 252.203-7000- Requirements Relating to Compensation of Former DoD Officials; 252.225-7027 Restriction on Contingent Fees for Foreign Military Sales; 252.227-7015, Technical Data-Commercial Items; 252.232.7003, Electronic Submission of Payment Requests. Additional provisions that apply to this acquisition: 52.246-2, Inspection of Supplies-Fixed Price, 52.247-29 FOB Origin, 252.204-7004 Required Central Contractor Registration; 252.211-7003, Item Identification and Valuation; 52.225-13, Restrictions on Certain Foreign Purchases; 52.233-4 Applicable Law for Breach of Contract Claim; 52.232-11, Extras; 252.204-0007, Contract-Wide: Sequential ACRN Order. The full text of the FAR and DFARS references may be accessed electronically at this address: http://farsite.hill.af.mil. Responses to this RFQ must be signed, dated, and received by 28 March 2013, no later than 4:00 PM EST. Vendors who are not registered in the System For Award Management (SAM) database prior to award will not be considered. Vendors may register with SAM by registering online at www.SAM.GOV. For questions concerning this solicitation contact Rebecca Mitchem, Contract Specialist, phone (443) 861-5003, or email Rebecca.j.mitchem2.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c4fe0267779b17d133b07b2b97989f3d)
- Place of Performance
- Address: ACC-APG - Aberdeen Division D HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
- Zip Code: 21005-1846
- Zip Code: 21005-1846
- Record
- SN03012150-W 20130316/130314235121-c4fe0267779b17d133b07b2b97989f3d (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 |