SOLICITATION NOTICE
66 -- FLIR Infrared Camera - Full Text Clauses
- Notice Date
- 9/7/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-17-T-0324
- Archive Date
- 9/27/2017
- Point of Contact
- Robert A. Edwards, Phone: 3013943690
- E-Mail Address
-
robert.a.edwards147.civ@mail.mil
(robert.a.edwards147.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Full Text Clauses (i) This is a combined synopsis/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; proposals are being requested and a written solicitation will not be issued. The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of, FAR 13.106-1(b)(1)(i), Only one responsible source and no other supplies or services will satisfy agency requirements. The name of the company the Government intends to award a contract to FLIR Commercial Systems Inc (9 Townsend W Nashua, NH 03063-1233 CAGE:6GY45). This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. (ii) The solicitation number is W911QX-17-T-0324. This acquisition is issued as a request for quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95. (iv) The associated NAICS code is 333314. The small business size standard is 500 Employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): The Government Requires the following Equipment from FLIR COMMERICAL SYSTEMS INC: CLIN 0001: One (1) FLIR X6901sc Indium Antimonide (InSb) three (3.0) to five (5.0) micrometers (μm), 640x512, focal length (f)/2.5, 1004 Hertz (Hz), with Research Infrared (IR) Max Product Number: 29267-201,One (1) High Definition, Cooled Lens (HDC) & Calibration Package: fifty (50) millimeter (mm) lens, three (3.0) to five (5.0) μm, f/2.5 (4203498); Standard Thermographic Calibration for negative twenty (-20) degrees Celsius (°C) to 350°C (CAL35-STD); Extender Ring Set (4205079) Product Number: PKG-HDC-MWIR, One (1) Neutral Density (ND) two (2) plus (+) Medium Wavelength Infrared (MWIR) three (3) - five (5) um Thermographic Calibration for +250°C to +2000°C Product Number: CAL35-ND2+, One (1) ND 2.0 (X-Series Filter Wheel) Product Number: 29427-202, One (1) ND3 MWIR three (3) - five (5) um Thermographic Calibration for +500°C to +3000°C Product Number: AL35-ND3, One (1) ND 3.0 (X-Series Filter Wheel) Product Number: 29427-203 (vi) Description of requirements: FLIR is the only responsible source capable of providing the equipment listed in Section (v) to meet the Government's following minimum requirements: • Frame rate of 1956 Hz at a resolution of 320 by 256 pixels • Thermographic calibration for +500 °C to + 3000 °C • Frame rate of at least 1000 Hz at a resolution of 640 by 512 pixels (vii) Delivery is required by No Later than 30 Days ARO. Delivery shall be made to 2800 Powder Mill Road, Adelphi MD 20783. Acceptance shall be performed at 2800 Powder Mill Road, Adelphi MD 20783. The FOB point is destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: NONE (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR: 52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013) 52.209-6, PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013) 52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.222-3, CONVICT LABOR (JUN 2003) 52.222-19, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014) 52.222-21, PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) 52.222-26, EQUAL OPPORTUNITY (MAR 2007) 52.222-35, EQUAL OPPORTUNITY FOR VETERANS (JUL 2014) 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-37, EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (JUL 2014) 52.222-50, COMBATING TRAFFICKING IN PERSONS (FAR 2015) 52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (JUL 2013) 52.232-36, PAYMENT BY THIRD PARTY (MAY 2014) DFARS: 252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7008, COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (AUG 2015) 252.204-7009, LIMITATIONS ON THE USE OR DISCLOSURE OF THIRD-PARTY CONTRACTOR INFORMATION 252.204-7011, ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) 252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014) 252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM (MAY 2011) 252.225-7000, BUY AMERICAN STATUTE-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2012) 252.225-7001, BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2012) 252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015) 52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS 252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000, DISCLOSURE OF INFORMATION 252.204-7012, SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (SEP 2015) 252.211-7003, ITEM IDENTIFICATION AND VALUATION (JUN 2013) 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS 252.204-0009, CONTRACT WIDE BY FISCAL YEAR AMC-LEVEL PROTEST PROGRAM (JUL 2011) INTENT TO SOLICIT ONLY ONE SOURCE ACC-APG POINT OF CONTACT TYPE OF CONTRACT GOVERNMENT INSPECTION AND ACCEPTANCE TAX EXEMPTION CERTIFICATION RECEIVING ROOM REQUIREMENTS (ALC) PAYMENT OFFICE (BANKCARD) (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A `(xv) The following notes apply to this announcement:N/A (xvi) Offers are due on 12 September 2017, by 11:59 AM EST, at robert.a.edwards147.civ@mail.mil (xvii) For information regarding this solicitation, please contact Robert Edwards, robert.a.edwards147.civ@mail.mil, voice 301-394-3690.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8c367fe9a17f9e0755156057bfc1c571)
- Place of Performance
- Address: 2800 Powder Mill Road, Adelphi, Maryland, 20783, United States
- Zip Code: 20783
- Record
- SN04667425-W 20170909/170907233411-8c367fe9a17f9e0755156057bfc1c571 (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 |