SOLICITATION NOTICE
10 -- FLIR Thermal Scopes
- Notice Date
- 6/24/2014
- 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/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
- ZIP Code
- 55403
- Solicitation Number
- AG-6395-S-14-0114
- Archive Date
- 7/12/2014
- Point of Contact
- Jason L Wilking, Phone: 612-336-3210
- E-Mail Address
-
Jason.L.Wilking@aphis.usda.gov
(Jason.L.Wilking@aphis.usda.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- 1. This is a combined synopsis/solicitation for commercial services- prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation will result in a firm fixed price commercial service contract. 2. Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. This requirement is being offered as a Service-Disabled Veteran-Owned Small Business Set-Aside. The NAICS code is 333314. The small business size standard is 500 employees or less. 3. This requirement is for the United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS), Wildlife Service (WS). 4. The solicitation number for this effort is AG-6395-S-14-0114 and this combined synopsis/solicitation is issued as a request for quotation (RFQ). 5. The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://farsite.hill.af.mil/ 6. REQUIREMENTS AND QUANTITIES (brand name or equal): 001 FLIR T-75 Thermal Scope 7 ea Unit Price = _________ Total Price ____________ Minimum Specifications 640x512 17um microbolometer 9.4x7.5 FOV Adjustable Magnification (1x, 2x and 4x) Remote control pad Laser Pointer Option Small and Lightweight video output cable Soft carrying case 002 FLIR RS-64 Thermal Scope 3 ea Unit Price = ________ Total Price ____________ Minimum Specifications 640x480 VOX Focal length 60mm Ocular magnification 2.0-16.0x Frame Rate 30hz Lens HFOV 10 Manual focus Video output Electronic Zoom up to 8x 7. All work performance upon completion must be delivered FOB Destinations: Quantity (4) T-75's USDA APHIS WS, 12345 W. Alameda Pkwy, Suite 204, Lakewood CO 80228-2827, Quantity (3) T-75's to USDA APHIS WS Mississippi State office, 775 Stone Blvd, Room 200 Thompson Hall, Mississippi State, MS 39762 and Quantity (3) RS64's to USDA APHIS WS Nebraska, 5940 South 58th Street, Lincoln, NE 68516. The offerors price must include shipping to the FOB destination. 8. The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. 9. The provision at 52.212-2 Evaluation - Commercial Items applies to this solicitation. Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. A trade off process will be used to evaluate quotes. The Government intends to evaluate offers and award without discussion, however, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. The following factors shall be used to evaluate offers: Price; Technical capability including quality of materials and Delivery Schedule. Technical/quality factors and Delivery Schedule together are greater compared to Price. 10. The provision 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications www.SAM.gov or return a completed copy of the Offeror Representations and Certifications with their quotation. 11. The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. 12. The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition; 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 13. To be awarded this contract, the offeror must be registered in the SAM.gov. SAM.gov information may be found at http://www.SAM.gov. 14. Quotations are due to the United States Department of Agriculture, Minneapolis Contracting Office, 100 North Sixth Street, Butler Square, 5th Floor, Minneapolis, MN 55403 by 01:30 PM CST, June 27, 2014. Quotes may be sent via e-mail to Jason.l.wilking@aphis.usda.gov, fax to 612-336-3550 or via mail to above address. (xvi) The point of contact for this solicitation is Jason Wilking who may be reached at Jason.l.wilking@aphis.usda.gov, or phone at 612-336-3210. 15. A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: a. Price for the items, CLINS 001 & 002 which provides the total price and delivery. b. Signature of the offeror on the page which lists the price. c. Provide detailed prices for the specific features and equipment. Quotes should be of sufficient detail to determine their adequacy. d. A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or if not completed in SAM.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-14-0114/listing.html)
- Place of Performance
- Address: multiple, multiple, United States
- Record
- SN03404079-W 20140626/140625021735-c3abcc405cf1829274ef400d50036768 (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 |