MODIFICATION
67 -- INFRARED (FLIR) CAMERA
- Notice Date
- 9/8/2014
- Notice Type
- Modification/Amendment
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFNWC/PZI - Kirtland, Installation Contracting Division, AFNWC/PZI, 8500 Gibson SE, Bldg 20202, Kirtland AFB, New Mexico, 87117-5606, United States
- ZIP Code
- 87117-5606
- Solicitation Number
- F2KBAD4085A005
- Point of Contact
- DAVID L. WATSON, Phone: 5058463119
- E-Mail Address
-
DAVID.WATSON@KIRTLAND.AF.MIL
(DAVID.WATSON@KIRTLAND.AF.MIL)
- Small Business Set-Aside
- N/A
- Description
- This is a solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This requirement is UNRESTRICTED. The NAICS Code for this solicitation is 334515, Size Standard 500 Employees. Solicitation/ Purchase Request number F2KBAD4085A005 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-76 effective 25 Jul 2014. The Government intends to award one firm fixed price contract with multiple Contract Line Item Numbers (CLINs): CLIN 0001 FLIR SC6702 Broadband InSb, 1.0 - 5.0m, 640x512, f/4.0, w/ResearchIR Max #24048-202 or Equal CLIN 0002 100mm extended broadband lens, 1.0-5.0m, f/2.3 #27660-002 or Equal CLIN 0003 ResearchIR Max Portable High Speed Data Recorder Base (pHSDR Base) #24244-203 or Equal CLIN 0004 Custom cold filter of 1.1-2.6um, includes relative photon spectral response or Equal MANUFACTURER:FLIR SYSTEMS INC UNIT OF MEASURE: EA DESIRED DELIVERY DATE: 30 Days ARO F.O.B. DESTINATION Inspection and Acceptance: DESTINATION Please See Attached Specifications NOTE: Please provide a BRAND NAME OR EQUAL quote for the item(s) above. If an "or equal" quote is submitted, the proposal will be sent to the technical advisor for compatibility and verification. ANY OFFEROR PROVIDING AN OR EQUAL PRODUCT SHALL THOROUGHLY DESCRIBE HOW THEIR PRODUCT MEETS ALL THE REQUIRED CHARACTERISTICS LISTED. FAILURE TO DO SO WILL MAKE THAT OFFEROR NON-RESPONSIVE AND WILL NOT BE CONSIDERED FOR AWARD. In accordance with the FAR 13.106-1(a)(2) Soliciting Competition, offerors are notified that award will be made on the basis of best value. Best value shall be determined by price and technically capability. All payments are to be paid via the Internet through the Wide Area WorkFlow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www/wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/ contract number or invoice will be required to inquire status of your payment. Firms responding to this announcement shall include company name, DUNS number, cage code, point of contact, address, F.O.B. Destination, estimated delivery date, warranties if applicable and business size using NAICS Code 334515, Size Standard 500 Employees. Requests for Quotes (RFQs) are due no later than 8 September 2014 at 1:00 pm MST (Mountain Standard Time). Quotes are to be emailed to david.watson.21@us.af.mil. Identify your quotes with the corresponding program title and solicitation number: Solicitation: INFRARED (FLIR) Camera Solicitation number: F2KBAD4085A005 Electronic documents shall be submitted in.pdf,.doc, or.xls. Communication containing documents in any other format, including.zip, may be blocked or stripped by the Government's server and may not be received by this office. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the System for Award Management (SAM) Database in order to receive an award. If you are not registered, you may request an application at (866) 606-8220 or through the SAM website at http://www.sam.gov or by email askSAM@gsa.gov. Interested parties must be valid in their Representations and Certification on SAM. Registration is processed through SAM. The following provisions and clauses apply to this procurement: FAR 52.202-1, Definitions FAR 52.203-3, Gratuities FAR 52.203-12, Limitation on Payments in Influence Certain Federal Transactions FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.209-5, Certification Regarding Responsibility Matters FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-3 Alt I, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal unless electronically filed in System for Award Management) 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. [in paragraphs (b) and (c) the following clauses apply: 52.203-6, Alt I, 52.204-10, 52.209-6, 52.219-4, 52.219-8, 52.219-28, 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52.222-35, 52-222-36, 52.222-37, 52.222-40, 52.223-18, 52.225-13, 52.232-33] FAR 52.223-5, Pollution Prevention and Right-to-Know Information FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran - Representation and Certification FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.242-13, Bankruptcy DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005, Representation Relating Compensation of Former DoD Officials DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004 Alt A, System for Award Management DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country DFARS 252.211-7003, Item Identification and Valuation DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.225-7048, Export-Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modification DFARS 252.243-7002, Requests for Equitable Adjustment DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7022, Representation of Extent of Transportation by Sea DFARS 252.247-7023, Transportation of Supplies by Sea. Please fill out attached Provision for DFARS 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations. The following full text provisions and clauses apply to this procurement: FAR 52.233-2, Service of Protest. (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Denis McGrew, 8500 Gibson Blvd SE, Bldg 20202, Rm 128, Kirtland AFB, NM 87111. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). 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://farsite.hill.af.mil 5352.201-9101 Ombudsman OMBUDSMAN (Nov 2012) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM, AFISRA ombudsmen, or AFNWC Ombudsmen: Ms Jeannine Kinder AFNWC/PZ E-Mail: jeannine.kinder@us.af.mil Phone: (505) 846-1924 Fax: (505) 846-0122 Mr. Anthony Kaiser AFNWC/PZC E-Mail: anthony.kaiser@us.af.mil Phone: (505) 853-7666 Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU, AFISRA level, or AFNWC level may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End Clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/F2KBAD4085A005/listing.html)
- Place of Performance
- Address: KIRTLAND AFB NM, ALBUQUERQUE, New Mexico, 87116, United States
- Zip Code: 87116
- Zip Code: 87116
- Record
- SN03501287-W 20140910/140909023039-1cde07feef85a8f737c76ddd86eaa1a8 (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 |