Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2018 FBO #6000
SOLICITATION NOTICE

58 -- Borescope - FA4801-18-Q-1050, Borescope

Notice Date
4/26/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 49 CONS, 490 First Street, Building 29 Suite 2111, Holloman AFB, New Mexico, 88330-7908, United States
 
ZIP Code
88330-7908
 
Solicitation Number
FA4801-18-Q-1050
 
Archive Date
5/17/2018
 
Point of Contact
Caleb L. Wynia, Phone: 5755720662, Robert Widdoss, Phone: 575-572-3575
 
E-Mail Address
caleb.wynia.1@us.af.mil, robert.widdoss.1@us.af.mil
(caleb.wynia.1@us.af.mil, robert.widdoss.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
FA4801-18-Q-1050, Borescope Combined Synopsis Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR s ubpart 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. The solicitation FA4801-18-Q-1050 is a Request for Quotation (RFQ ). This announcement will be issued as a combined synopsis/solicitation. This requirement is a total small business set aside. The anticipated award will be a firm -f ixed -p rice c ontract, the award will be made based on the lowest price d, technically acceptable offer received. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular 2005-9 7, 06 November 2017. P rovisions and clauses may be obtained via internet at http://farsite.hill.af.mil. The North American Industry Classification System (NAICS) code is 333314. The small business size standard for this code is 500 employees. CLIN 0001 MViQ Touch System, No Radio, Workstation; Part Number (or equal) MVIQASYS2N‐WS, Mentor Visual iQ System consisting of: NON‐RADIO MVIQ Handset with Dual Control User Interface 16.5cm (6.5"") Active matrix XGA Color LCD Daylight Readable Display Optically Bonded, Multipoint Capacitive Dragontrial Touchscreen 2‐Hour Interchangeable Lithium Ion Battery and Charging Set 16 GB internal User Memory (2) USB 3.0 Host 'A' Ports, (1) USB 3.0 Client Micro 'B' (Slave) Port DisplayPort Video Output Connector 3.5mm headset/Microphone Jack Crystal Clear Live Video and Still Images Menu Directed Inspection Work Flow Software Suite (MDI 2.0) Translated User manuals and Quick Start Guides on ThumbDrive Carry‐On Shipping/Storage Case with Integrated insertion tube storage reel Included accessories: Pole Mount Handset Holder, Accessory Storage Pouch, Tip Storage Case and Headguard QuickChange VideoProbes and Interchangeable Standard and measurement Tip Optics Sold separately Available upgrade options: 3D Phase Scanning and Measurement Software (Part Number (or equal): UG‐MVIQ‐3DPM) Stereo Measurement Software (Part Number (or equal) UG‐MVIQ‐3DST) Probability of Detection Software consisting of Adaptive Noise Reduction (ANR), High Dynamic Range (HDR), Distortion correction for wide‐angle tip adapters and Image Presets for efficiency in repeat inspections. CLIN 0002 MENTOR VISUAL iQ PROBE 6.1MM X 3M; Part Number (or equal): MVIQAP6130, Mentor Visual iQ QuickChange Interchangeable VIdeoProbe with High Intensity LED light Engine and Advanced Image processing for Improved Image Brightness 6.1mm diameter x 3.0 meter length Includes: Probe Soft Storage Case, Tip Storage Case and Headguard Optical Characteristics: 50 Degree Field of View (FOV), 50mm ‐ inf. (2.36‐inf.) Depth of Field (DOV) Minimum Articulation: 160 Degrees All‐Way Maximum Operating Temperature: 100°C (212°F)" CLIN 0003 T61 IQ, 65 DEG FWD,65MM‐INF,ORANGE&BLUE; Part Number (or equal): T6165FF, 6.1mm Forward Viewing Far Focused Ultra Bright Interchangeable Tip Optic, Color: Code Orange/Blue, FOV 65 Degrees, DOF 65mm ‐ inf. (2.56" ‐ inf.), DOV 0 Degrees CLIN 0004 PHASE MEAS FORWARD VIEW TIP; Part Number (or equal): XL4TM61105FG, 3D Phase Measurement Forward View Measurement Tip for use with XLG3 or MviQ Phase Measurement Probes. Optical characteristics for viewing: 8mm to 250mm (.31 to 9.84 in.) depth of field, 105 degree field of view. Typical measurement Range: 8mm to 50mm (.31 to 2 in.) Requires calibration with XLG3 or MViQ Probe. Color: Black Mentor Visual iQ Inspect and Touch level systems require 3D Phase Measurement software (MVIQ‐3DPM), sold separately. CLIN 0005 Side View Measurement Tip; Part Number (or equal): XL4TM61105SG, 3D Phase Measurement Side View Measurement Tip for use with MViQ system Phase Measurement Probes. Optical characteristics for viewing: 7mm to 250mm (.27 to 9.84 in.) depth of field, 105 degree field of view. Typical measurement Range: 7mm to 50mm (.27 to 2 in.) Requires calibration with XLG3 or MViQ Probe. Color: Blue Mentor Visual iQ Inspect and Touch level systems require 3D Phase Measurement software (MVIQ‐3DPM), sold separately. CLIN 0006 16.75 RIGIDIZER TUBE FOR6MM XL; Part Number (or equal): GTR‐605, Rigidizers turn a flexible VideoProbe into a rigid. When used with tube grippers and access port couplers a ridgidizer allows for hands free probe positioning. Working section outer diameter 7.92mm (.312") CLIN 0007 GRIPPER, 6MM"; Part Number (or equal): XA118, Tube grippers use a compression fitting which when twisted locks the gripper in place and allows easy manipulation of the insertion tube Grippers are threaded for use with Rigidizers and AP couplers. CLIN 0008 EXTERNAL HARD DRIVE; Part Number (or equal): XLGOC8GBHD, Minimum capacity of 8 Gigabytes. CLIN 0009 MVIQ 3D Phase Measurement Enablement; Part Number (or equal): MVIQ‐3DPM, Mentor Visual iQ 3D Phase Measurement enhancement. Provides 3D Phase Measurement SW including point cloud visualization Available on Inspect and Touch versions of the Mentor Visual iQ platform. CLIN 0010 MENTOR VISUAL iQ BSA PROBE; Part Number (or equal): MVIQABSA, Borescope adapter for the MViQ VideoProbe System. The MVIQABSA is a full VGA camera and light source for rigid borescopes and fiberscopes that provides the ability to utilize most UI functionality of the MVIQ System. The MVIQABSA includes borescope adapter, storage case and set‐up guide. NOTE: A borescope coupler is also required. Please order separately one of the following part numbers: 1. Part Number (or equal): CCF28 Description: Variable Focus C‐Mount Camera Coupler, 28mm focal length (best for rigid borescopes >4mm diameter) 2. Part Number (or equal): CCF35 Description: Variable Focus C‐mount Camera Coupler, 35mm focal length (best for fiberscopes and 2.7mm dia. Mini‐Rigid) 3. Part Number (or equal): CCF45 description: Variable Focus C‐mount Camera Coupler, 45mm focal length (best for Mini‐Rigid borescopes and mini‐semi‐flexible fiberscopes <2mm CLIN 0011 LLG ADPTR‐FIT OLYMPUS RIG POST; Part Number (or equal): LGA‐PAM, ACMI Male Fits Olympus Borescope Post. All items shall be delivered FOB Destination to Holloman AFB, NM 88330. PROVISIONS/CLAUSES: The following FAR provisions and clauses are applicable to this solicitation: The provision at FAR 52.212-1, Instruction to Offerors Commercial Items (Jan 2017) applies to this acquisition. The following addenda are provided to this provision: Quotes submitted shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, Expected Delivery Date, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.204-16, Commercial and Government Entity Code Reporting; (Jul 2016) FAR 52.204-18, Commercial and Government Entity Code Maintenance; (Jul 2016) FAR 52.212-3 Offerors Representations and Certifications-Commercial Items (AUG 2013); FAR 52.212-4 Contract terms and conditions-Commercial Items (Jan 2017); FAR 52.212-5 (Dev) Contract terms and Conditions required to implement statutes or executive orders-Commercial Items (Nov 2017); The following DFARS provisions and clauses are applicable to this solicitation: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; (Sep 2011) DFARS 252.203-7003, Agency Office of the Inspector General; (Sep 2012) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; (Nov 2011) DFARS 252.204-7011, Alternative Line Item Structure; (Sep 2011) DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; (Oct 2016) DFARS 252.211-7003, Item Unique Identification and Valuation, Small Business Subcontracting Plan (DoD Contracts); (Mar 2016) DFARS 252.225-7000, Buy American-Balance of Payments Program Certificate; (Nov 2014) DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; (Dec 2016) DFARS 252.232-7003, Electronic Submission of Payment Request and Receiving Reports; (Jun 2012) DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; (May 2013) DFARS 252.232-7010, Levies on Contract Payments; (Dec 2006) DFARS 252.244-7000, Subcontracts for Commercial Items; (Jun 2013) The following AFFARS provisions and clauses are applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman. (Jun 2016) DFARS 252.232-7006, WAWF Payment Instructions (May 2013) a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov ; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Invoice and Receiving Report (Combo)­­­­­ (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. N/A (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC F87700 Issue By DoDAAC FA4801 Admin DoDAAC FA4801 Inspect By DoDAAC Ship To Code F2ET56 Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, ( e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Receiver/COR: N/A Buyer: Caleb.Wynia.1@us.af.mil Contracting Officer: Robert.Widdoss.1@us.af.mil Additional Contact: Mallory.Cary@us.af.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. See Buyer Above __ (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) Points Of Contact Contract Administrator: Caleb L. Wynia,2d Lt, USAF, Phone: (575) 572-0662, e-mail caleb.wynia.1@us.af.mil Contracting officer: Robert J. Widdoss, GS-12, DAF, Phone: 575-572-3575, e-mail robert.widdoss.1@us.af.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the System for Award Management to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. Questions in regards to this solicitation are due no later than 1200 (12:00 p.m.) Mountain Standard Time by 1 May 2018. Response Time- Request for Quotation will be accepted at the 49 th Contracting Squadron by email to both point of contacts listed above not later than 1200 (12:00 p.m.) Mountain Standard Time on 2 May 2018. All quotes must be marked with RFQ number and title as well as the following information: Offeror Name: Offeror Address: Offeror Point of Contact: POC Phone: POC Email: Vendor Code: Cage / DUNS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/49CONS/FA4801-18-Q-1050/listing.html)
 
Place of Performance
Address: Holloman AFB, Holloman AFB, New Mexico, 88330, United States
Zip Code: 88330
 
Record
SN04901695-W 20180428/180426230719-f35c5c5746676f54ffb90172396dcad7 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.