SOLICITATION NOTICE
66 -- FLIR Cameras - Attachment 1 -tradeins List
- Notice Date
- 9/25/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus 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-14-0173
- Archive Date
- 10/14/2014
- Point of Contact
- Joanne R Mann, Phone: 612-336-3224
- E-Mail Address
-
Joanne.Mann@usda.gov
(Joanne.Mann@usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- List of FLIR trade-ins 1. This is a combined synopsis/solicitation for commercial items and services 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. The solicitation AG-6395-S-14-0174 is being issued as a Request for Quotation for a quantity of ten (10) FLIR cameras and accessories. This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Regulations (FAR). All responsible sources may submit a proposal. 2. The North American Industry Classification System (NAICS) code is 334510, small business size 500 employees. This is a small business set-aside. Offerors SHALL be registered in the System Award Management (SAM) at http://www.sam.gov, in order to be considered for award. 3. FAR Clauses 52.212-1 through 52.212-5 apply to this procurement; checked clauses - 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note); 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note); 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111- 117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161); 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644); 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (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 (Jan 2014) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793; 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors. (Dec 2013) (a) Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor. (b) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act.(c) Include the substance of this clause, including this paragraph (c), in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items. (End of clause) AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants (a) This award is subject to the provisions contained in sections 738 and 739 of the Agriculture, Rural Development, Food and Drug Administration, and Related Agencies Appropriations Act, 2012, P.L. No. 112-55, Division A, as amended and/or subsequently enacted, regarding corporate felony convictions and corporate federal tax delinquencies. Accordingly, by accepting this award the contractor acknowledges that it - (1) does not have a tax delinquency, meaning that it is not subject to any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, and (2) has not been convicted (or had an officer or agent acting on its behalf convicted) of a felony criminal violation under any Federal or State law within 24 months preceding the award, unless a suspending and debarring official of the United States Department of Agriculture has considered suspension or debarment of the awardee, or such officer or agent, based on these convictions and/or tax delinquencies and determined that suspension or debarment is not necessary to protect the interests of the Government. (b) If the awardee fails to comply with these provisions, USDA may terminate this contract for default and may recover any funds the awardee has received in violation of sections 738 or 739, as amended and/or subsequently enacted. (End of Clause) For the exact text and wording of clauses and provisions please see http://farsite.hill.af.mil. The Government contemplates an award of a Firm Fixed Priced purchase order contract resulting from this solicitation. 4. Description of services: The United States Department of Agriculture (USDA), Animal Care (AC), Riverdale, Maryland, has a requirement for thermography cameras. The Animal Care program has utilized thermography technology consistently over the past 7 years to assist in enforcing the Animal Welfare Act (AWA) and Horse Protection Act (HPA). Thermography measures the surface temperature of an animal and can reveal areas that are excessively warm or cool-both indicating abnormalities and the need for closer evaluation. Thermography technology has become one of the main components of the Horse Protection Inspection Program. It is an additional diagnostic tool that is used at every inspection possible to obtain objective and scientific data to help identify sore horses. This requirement consists of: Quantity 10 each - (Ten) FLIR T620bx Thermal Imaging Systems which shall include: a hard carry case; 16GB SD cards, set of 2 batteries; cable set: USB, HDMI; operating manual and quick start guide, quick start report - reporting software; warranty: 2 years camera- 5 years batteries- 10 years thermal sensor; General maintenance package with annual calibration. Complete functionality with free iPhone and iPad application. $ ________ each X 10 = tiny_mce_marker________________ 30 each FLIR T620bx batteries (additional) tiny_mce_marker_______ each X 30 = $ _________________ 10 each FLIR tools+ and Imaging Software tiny_mce_marker_______ each X 10 = $ __________________ 10 each General maintenance with annual calibration - per year, per unit $ ________ each X 10 = $ _________________ 40 each SD Card - 16 GB tiny_mce_marker________each X 40 = tiny_mce_marker_________________ 10 each Extended warranty package, per year, per unit - 3 years $ ________ each X 10 = $ _________________ 8 each Trade-in thermography cameras, as is (see Attachment 1) - provide the value per trade-in T300 or T360 FLIR $ _________ each x 8 = $ - _________________ Any applicable discounts $ - _________________ Shipping/delivery cost to Riverdale, MD 20737 $ ____________________ Quote Total $ ____________________________ This combined synopsis & solicitation notice is a request for competitive quotations. Therefore, all capability statements or quotations received prior to the RFQ close date will be considered. 5. The Government will award a single purchase order contract resulting from this RFQ to the responsible offeror whose offer represents the best value in terms of technical capability and price. All non-price factors (i.e., technical capability and past performance) are significantly more important than price. 6. Offerors must submit representations and certifications in accordance with the provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Item. (Accessible at the FAR Site, http://farsite.hill.af.mil) OR proof of the information can be found in SAM. 7. Submit the following documents in response to this RFQ: a. Quotation Cover Page (A) b. Technical Capability Statement (B) c. Price Quotation (Attachment C) d. Past Performance (Attachment D) 8. Offers are due on September 29, 2014 before 11:00 a.m., CT. All questions/inquiries must be submitted to the contract officer via electronic mail (e-mail) not later than 11:00 a.m. (CT), September 26, 2014. Inquiries submitted via telephone calls will be re-directed to an e-mail submission. Submit offers or any questions via email to: Joanne Mann - Joanne.Mann@aphis.usda.gov. Offerors who fail to complete and submit the requirements above may be considered non-responsive.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Purchasing/AG-6395-S-14-0173/listing.html)
- Place of Performance
- Address: 4700 River Rod, Riverdale, Maryland, 20737, United States
- Zip Code: 20737
- Zip Code: 20737
- Record
- SN03528721-W 20140927/140926000013-0a7fe7b77f64249158a639520a1e94b9 (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 |