SOLICITATION NOTICE
66 -- FLIR MOTION CONTROL SYSTEM
- Notice Date
- 12/20/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- N00244 FISC SAN DIEGO SEAL BEACH DETACHMENT 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024411T0056
- Response Due
- 12/29/2010
- Archive Date
- 1/20/2011
- Point of Contact
- Deborah Reid 562-626-7865 562-626-7274 (fax)
- E-Mail Address
-
FLIR MOTION CONTROL SYSTEM
(deborah.reid@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation shall be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-11-T-0056. This solicitation documents and incorporates provisions and clauses in effect through FAC 2010-47 and DFARS Change Notice 20101216. It is the contractor ™s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS Code is 33314 and the Small Business Standard is 500 employees. The proposed contract is for a brand name only. The brand name and Model number of the product is FLIR Motion Control System Inc (formerly Directed Perception) DS EX30 Worm Drive Gimbal, 1 EA. In accordance with FAR 5.102(a) (6), the required justification or documentation is attached. Delivery will be 8 weeks ARO, FOB Destination to Norco, CA. Item 0001-D300-EX PL02 PAN TILT P/N D300-US-E-0000-SS 2 EA Item 0002 Heavy Duty Payload Bracket P/N D300AC-BKT-HDS 2 EA Item 0003 Kit - P/N D300AC-KIT-Starter-NA 2 EA All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based upon the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and the right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The following provisions apply: FAR 52.212-1, Instructions to Offerors Commercial Items, Addendum to FAR 52.212-1, Paragraph (b) (5) Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract; 52.212-5 Facsimile Proposals; Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications Commercial Items. DFARS clauses 252.212-7000, Offeror Representations and Certifications-Commercial Items and addendum clause DFARS clause 252.225-7035, Buy-American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program Certificate; Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.243-1 Changes Fixed Price; DFAR 252.243-7001 Pricing of Contract Modifications; The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Item applies with the following applicable clauses for paragraph (b): FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.211-6 Brand Name or Equal; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7012, Preference for Certain Domestic Commodities; and DFARS 252.225-7036, North American Free Trade Agreement Implementation Act. DFAR 252.204-7004 Required Central Contractor Registration, applies to all solicitations issued on or after 7/11/05; Lack of registration in the CCR database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at http://ccr.gov for more information. Please ensure compliance with this regulation when submitting your proposal: 52.247-34 F.O.B Destination. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: Award will be made to the Offeror that meets the solicitation ™s minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable the Offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions. All responsible Offerors are to submit current pricing, delivery time, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Provide copies of applicable commercially published price lists pertaining to your company ™s products that meet the specifications, along with applicable government discounts. In addition, quoters shall complete an electronic Online Representations and Certifications Application (ORCA). ORCA can be found at http://orca.bpn.gov. All responsible sources may submit a quote which shall be considered by the agency. The Government intends to make a single award to the responsible Offeror whose offer meets the technical requirements set forth above and provides the lowest price to the Government. At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with offerors. Each initial offer should, therefore contain the Offeror ™s best terms and price. Fax proposal to 562-626-7275 or Email: deborah.reid@navy.mil. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. Any questions submitted as regarding this solicitation should be forwarded via email to the Contract Specialist, Deborah Reid, at 562-626-7275 or email deborah.reid@navy.mil. All quotes shall include price(s), delivery schedule, point of contact and phone number, GSA contract number if applicable, business size, FOB point, Cage code, Dunn and Bradstreet Number, Tax Identification Number, and payment terms. Each response must clearly indicate the manufacturer and part number that is being quoted. Offers should be made based on an anticipated award date of 30 December 2010. This announcement will close at 1:00 PM local Time, 29 December 2010
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024411T0056/listing.html)
- Place of Performance
- Address: 1999 Fourth St Bldg 204, Norco, CA
- Zip Code: 92860
- Zip Code: 92860
- Record
- SN02347131-W 20101222/101220233735-4d99be12386b79529f13d938cea58e39 (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 |