Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2011 FBO #3490
SOLICITATION NOTICE

58 -- PVS-7 GEN II NTE 1250 FOM Night Vision Goggle System

Notice Date
6/13/2011
 
Notice Type
Presolicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
ACC-APG (C4ISR), HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T11RH437
 
Response Due
6/16/2011
 
Archive Date
8/15/2011
 
Point of Contact
William Nuamah, 4438614653
 
E-Mail Address
ACC-APG (C4ISR)
(william.nuamah.civ@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DEPARTMENT OF THE ARMY HEADQUARTERS, U.S. ARMY CONTRACTING COMMAND-CECOM CONTRACTING CENTER ABERDEEN PROVING GROUND, MARYLAND 21010-5401 REPLY TO ATTENTION OF CCCE-CAK-F 02 June 2011 SUBJECT: Solicitation No.: W15P7T-11-R-H437; Request for Proposal (RFP) This is a COMBINED SYNOPSIS/SOLICITATION for COMMERCIAL ITEMS prepared in accordance with Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice, this announcement constitutes the only solicitation; proposals are being requested herein and a separate written solicitation will not be issued. The word Government in this document refers to the United States Government, its authorized Agencies, Departments, Representatives, Personnel and Assigns Only. This solicitation is a Request for Proposal (RFP), as a Small Business Set-Aside for Foreign Military Sales. Foreign Military Sales (FMS) case: TU-B-USB The Government reserves the unilateral right to make no award or issue separate awards to separate vendors as determined to be in the Government's best interest. The U.S. Army, an agency of the Government, intends to procure the following Commercial Off-the-Shelf (COTS) items: A One (1) year commercial warranty is required on all items. Description Quantity Delivery ARO CLIN: 0001 - TU-B-USB PVS-7 GEN II NTE 1250 FOM 100 (EA) 60 DAYS ARO (Night Vision Goggle System) CLIN: 0002 - TU-B-USB Helmet Mount Assembly in Support of Commercial PVS-7 GEN II ( Night Vision Goggles) 100 (EA) 60 DAYS ARO CLIN: 0003 - TU-B-USB Night Vision Purge Kit with AN/PVS-7 Adapter in support of Commercial PVS-7 Night Vision Goggles GEN II 2 (EA) 60 DAYS ARO CLIN: 0004 - TU-B-USB Night Vision Test Set, TS-4348 in support of Commercial PVS-7 Night Vision Goggles GEN II 2(EA) 60 DAYS ARO CLIN: 0005 - TU-B-USB Night Vision Spares Kit in support Of Commercial PVS-7 Night Vision Goggles GEN II 10 (EA) 60 DAYS ARO CLIN: 0006 - TU-B-USB Basic Operator & Maintenance Training 1(LOT) 60 DAYS ARO OPTIONS:Option Quantity: Delivery ARO CLIN: 0007 - TU-B-USB PVS-7 GEN II NTE 1250 FOM 300 (EA) 60 DAYS ARO (Night Vision Goggle System) CLIN: 0008 - TU-B-USB Helmet Mount Assembly for In Support of Commercial PVS-7 GEN II (Night Vision Goggle System) 100 (EA) 60 DAYS ARO CLIN: 0009 - TU-B-USB Night Vision Purge Kit with AN/PVS-7 Adapter in support of Commercial PVS-7 Night Vision Goggles GEN II 10 (EA) 60 DAYS ARO CLIN: 0010 - TU-B-USB Night Vision Test Set, TS-4348 in support of Commercial PVS-7 Night Vision Goggles GEN II 10 (EA) 60 DAYS ARO CLIN: 0011 - TU-B-USB Night Vision Spares Kit in support Of Commercial PVS-7 Night Vision Goggles GEN II 40 (EA) 60 DAYS ARO CLIN: 0012 - TU-B-USB Basic Operator & Maintenance Training 10 (LOT) 60 DAYS ARO Expiration Date for ordering additional units under any OPTION is September 30, 2011, unless the winning contractor voluntarily extends the Option Expiration Date within their proposal. It is strongly suggested that each offeror price each option to indicate economic quantities for ordering as the Contracting Officer ("KO") will have to determine if the price of each option unit is fair and reasonable prior to exercising such option. Army Contracting Command, will exercise each option by issuing a contract modification for each new requirement(s) at the option unit price offered. Salient Characteristics/Description: Commercial Equivalent to: PVS-7D, NIGHT VISION GOGGLES This Item Contains Intensifier Tubes, GEN II with a typical Figure Of Merit (FOM): Minimum 1000 Not To Exceed 1250. Non-standard commercial export PVS-7 Night Vision Goggle System or equivalent. Each PVS-7 shall include one (1) each of the following: PVS-7 compatible Head Mount Assembly with one set of brow pads (if required), Sacrificial Window, Soft Carrying Case, (2) Demist Shields, Lens Paper, Lens Cap, (2) Soft Eye Cup, Shoulder Strap, Neck Cord, Operator Manual, (2) commercially available batteries. Salient characteristics: Field of View: 40 ( 2 ) Magnification: Unity Minimum 57 lp/mm Resolution:.87 cy/mr, minimum System Brightness Gain: 3000 fL/fL, minimum Collimation: 1 1 in the horizontal plane 1/2 dipvergence Diopter Adjustment: +2 to -6 diopters Interpupillary Adjustment: 55 to 71 mm Eye Relief: 15 mm Objective Lens: 25-27mm, F/1.2, T/1.3 Eyepiece Lens: EFL 25-27 mm Focus Range: 25 cm to infinity Weight of the PVS-7B/D: 680 grams maximum Operating Temperature Range: -30 C to +49 C Storage Temperature Range: -50 C to +70 C Battery Type: Commercially available batteries Immersion: 1 meter at 30 minutes System Test Data Sheet: Yes Specific Criteria for each Image Intensifier Tube: 1)All Image Intensifier Tubes must bear some permanent marking sufficient to identify each tube's Manufacturer and each Tube by a unique serial number. 2)Inclusion of a Manufacturer's Data Sheet is MANDATORY for each Image Intensifier Tube, identified by its unique serial number. 3)Must not have a wrap around gated power supply with auto-gating feature. Warranty (minimum): 1 year Humidity. The NVG shall operate and not be damaged nor suffer degradation of performance after subjected to a relative humidity greater than 90 percent and temperatures ranging from +21 C to +65 C. Other Information/Requirements: 1.It is the responsibility of the Offeror to insure that their Offer is compliant with ALL provisions of the FAR and its supplements. The Government MAY but is not obligated to consider the Offer of any Offeror that is non-compliant with any provision of the FAR and its supplements. Furthermore, the Government is NOT required to inform any Offeror that their Offer is non-compliant with the FAR or any of its supplements. Failure of an Offer to comply with any provision of the FAR and its supplements can be deemed by the Government as insufficient and non-responsive to the solicitation. 2.For this acquisition, the North American Industry Classification System (NAICS) number is 333314 and the FSC is 5855 3.Offeror MUST disclose whether they are an Assembler, Manufacturer, Distributor or Reseller for each item offered. 4.Offeror MUST disclose the Manufacturer and the Country of Origin of all major parts, components, and assemblies, including but not limited to, the Image Housing, the Bare Image Tubes, and Image Intensifier Tubes. 5.Offeror MUST certify the manufacturer's information for the Bare Image Tubes (unspotted). 6.Delivery shall be completed by 60 days ARO, unless an acceptable alternate is proposed or unless bulk shipment is requested. NOTE: The parties hereto recognize that any technical data and computer software being purchased hereunder will be provided to a foreign government. The parties further recognize that the clauses in this contract dealing with rights in technical data, computer software and patent indemnity may be drafted in terms of rights flowing to the United States Government. Accordingly, the Contractor agrees to grant, and by incorporation of this clause in the contract document, does grant, that foreign government the same rights in technical data, computer software and patent indemnity as would be granted to the United States Government by operation of those clauses in the contract document dealing with rights in technical data, computer software and patent indemnity, except that no rights to computer software source code for the foreign government are provided in this contract. For purposes of contract administration, the parties agree that the clauses will be administered with the foreign government in such a manner as best approximates that set out with respect to the United States Government. Accelerated delivery at no additional cost to the Government is accepted and encouraged. Packaging requirements shall be in accordance with Standard Practice for Commercial Packaging (ASTM D 3951-98). Inspection and acceptance shall be at SOURCE. Shipment will be FOB Origin. Upon award the contractor will be required to contact the local DCMA Office for shipping instructions. IMPORTANT: All Contractors must provide as part of their proposal package a technical proposal that is sufficiently detailed to prove that the commercial product(s) they are offering meet all the salient characteristics in accordance with the scope of work. The proposal package must declare whether the contractor is an assembler, a manufacturer, a distributor or a reseller. Those vendors that are reselling an OEM commercial end product, must declare the OEM manufacturer, the country of origin and the manufacturer's part number. The proposal package must include the following: the name of the manufacturer and the country where the manufacturing plant is located for the end product; the bare image tube / image intensifier tube and all parts and components. Failure to provide this information may render the proposal incomplete and unacceptable. Contractors may submit an alternate product but they must also submit a technical proposal that clearly indicates that the product offered meets the salient characteristics and provides the information requested above. A failure to submit a complete and accurate technical proposal, including information related to the origin of the Bare Image and Image Intensifier Tubes with regard to country of origin and manufacture shall make the proposal technically unacceptable. The government reserves the unilateral right to reject an alternate product offered that does not meet all the salient characteristics or if the FMS client will not accept an alternate product. BASIS FOR AWARD: The Government intends to make an award to the Contractor who submit lowest priced technically acceptable product and is deemed acceptable and responsible by the Contracting Officer. If there are multiple items, a contractor may bid on one or more items. Economic Ordering Quantity price breaks will be considered in the award evaluation. The formula to determine the lowest price vendor for each line item CLIN 0001 & CLIN 0007 - Option #1 (the matching option for this item) will be as follows: The government will take the extended price of each CLIN and then the unit price for the exact same amount using the option price. Example: CLIN 0001 100 units multiplied by the proposed price. Plus 300 units at the proposed CLIN 0007 - Option #1 price. Example: 100 units at $1,000 each ($100,000) & 300 at $ 900 each ($270,000) for total price of $370,000. The Contracting Officer reserves the right to make no award under this solicitation or issue multiple awards to multiple vendors as determined fair and reasonable for each item. PROVISIONS AND CLAUSES applicable to this acquisition are as follows: FAR 52.202-1, (IF00359) Definitions; FAR 52.203-3 Gratuities FAR 52.203-6 (IF00005) RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT - ALTERNATE I; FAR 52.204-4 (IF00013) Printed or Copied Double-Sided on Recycles Paper; FAR 52.217-4 (FM00004) Evaluation of Options Exercised at Time of Contract Award; FAR 52.217-7 (IF60153) Option for Increased Quantity - Separately Priced Line Item; FAR 52.225-13 (IF00133) Restrictions on Certain Foreign Purchases; FAR 52.212-1, (LF00007) Instructions to Offerors - Commercial Items); FAR 52.212-3, (KF70008) Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, (IF00028) Contract Terms and Conditions - Commercial Items, the following clauses apply: 52.215-8, Order of Precedence-Uniform Contract Format, 52.233-1, Disputes, 52.233-3 Protest After Award, 52.204-7, Central Contractor Registration, 52.232-1, Payments, 52.243-1, Changes-Fixed Price, 52.249-2, Termination for Convenience of the Government (Fixed-Price), AND 52.249-8, Default (Fixed-Price Supply and Service); FAR 52.212-5, (IF60010) Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, for Paragraph (b) the following clauses apply: (1) 52.233-2, Service of Protest, (2) 52.233-4, Applicable Law for Breach of Contract Claim, (25) 52.222-50 Combating Trafficking in Persons, AND (37) 52.232-33 Trade Agreements; FAR 52.222-22, (KF70019) Previous Contracts and Compliance Reports; FAR 52.222-37, (IF00112) Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.219-6, Notice of Total Small Business Set-Aside. FAR 52.223-11, Ozone-Depleting Substances; FAR 52.227-1, (IF00136) Authorization and Consent; FAR 52.227-2, (IF00140) Notice and Assistance Regarding Patent and Copyright Infringement; FAR 52.227-3, (IF00141) Patent Indemnity; FAR 52.227-6, (KF70028) Royalty Information; FAR 52.227-9, (IF00144) Refund of Royalties; FAR 52.232-33, (IF00191) Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.246-2, (EF00001) Contractor Inspection Requirements; FAR 52.247-29, (FF00006) F.O.B. Origin; FAR 52.252-2, (IF70033) CLAUSES INCORPORATED BY REFERENCE; DFAR 252-212-7000 (KA70002) Offeror Representations and Certifications - Commercial Items; FAR 52.204-7, (IA00005) Central Contract Registration (for Certifications and Representations) FAR 52.246-16, (EF00019) Responsibility for Supplies; DFARS 252.212-7001, (IA60001) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, for Paragraph (b) the following clause applies: 52.203-3 Gratuities, 252.205-7000 Provision of Information to Cooperative Agreement Holders, 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7021 Trade Agreements, 252.225-7027 Restriction on Contingent Fees for Foreign Military Sales, 252.227-7037 Validation of Restrictive Markings on Technical Data, 252.232-7003 Electronics Submission of Payment Requests and Receiving Reports, 252.243-7002 Request for Equitable Adjustments, 252.247-7023 Transportation by Sea; DFAR 252.211-7003, (FA60001) Item Identification and Valuation; FAR 52.242-13, (IF00235) Bankruptcy; FAR 52.249-1 (IF00320) Termination for Convenience of the Government (Firm Fixed) (Short Form); DFARS 252.203-7001, (IA00267) Prohibition on Persons Convicted of Fraud or Other Defense-Contract-Related Felonies; DFARS 252.204-7000, (IA00268) Disclosure of Information; DFARS 252.204-7003, (IA00269) Control of Government Personnel Work Product; DFARS 252.204-7008, (IA00279) Requirements for Contracts Involving Export-Controlled Items; DFARS 252.227-7015, (IA00080) Technical Data-Commercial Items; DFARS 252.227-7016, (IA00081) Rights in Bid or Proposal Information (JUNE 1995); DFARS 252.227-7017, (KA00005) Identification and Assertion of Use, Release or Disclosure Restrictions (JUNE 1995); DFARS 252.227-7018, (IA 00082) Rights in Noncommercial Technical Data and Computer Software - Small Business Innovation Research Program; DFARS 252.227-7019, (IA00084) Validation of Asserted Restrictions, DFARS 252.227-7027, (IA00091) Deferred Ordering of Technical Data or Computer Software; DFARS 252.227-7028, (KA00006) Technical Data or Computer Software Previously Delivered to the Government; DFARS 252.227-7030, (IA00092) Technical Data-Withholding of Payment; DFARS 252.243-7001, (IA00147) Pricing of Contract Modifications; DFARS 252.209-7001, (KA00001) Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.225-7002 (IA00047), Qualifying Country Sources as Subcontractor; FAR 52.225-13 (IF00133) Restriction on Certain Foreign Purchases; DFARS 252.232-7003 (IA0115), Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.204-7004 (IA00007), ALTERNATE A, CENTRAL CONTRACTOR REGISTRATION (52.204-7); DFARS 252.225-7028 (IA00063), EXCLUSIONARY POLICIES AND PRACTICES OF FOREIGN GOVERNMENTS; DFARS 252.217-7000 (IA00016), EXERCISE OF OPTION TO FULFILL FOREIGN MILITARY SALES COMMITMENTS. DFARS 252.225-7013 (IA00053), DUTY-FREE ENTRY. The following clauses are local CECOM Contracting Center - Army Contracting Command clauses and the Contractor may request a copy from the Contract Specialist, if needed: 52.6106, (AS6106) Notice: Solicitation Ombudsman; 52.6307, (AS6307) Executive Summary; 52.7043, (DS7043) Standard Practice for Commercial Packaging; 52.6026, (GS7026) FOB Origin Shipping Instructions Transportation Account Codes (TACS) and Long Line of Accounting (LOA); 52.7050, (GS7050) Administrative Data/Instructions to the Paying Office; 52.6110, (HS6110) Mandatory Use of Contractor to Government Electronic Mail; 52.7025, (FS7025) Verification of 'Ship to" and/or "Notice of Availability address for FMS; 52.6205, (LS6207) Price Support; 52.7251, (KS7251) AMC-Level Protest Program; 52.7358, (HS7358) Transportation - Foreign Military Sale (DCMC Administered); 52.6076, (GS7076) Army Electronic Invoicing; 52.7300, (MS7300) Treatment of Duties in the Evaluating of Bids/Offers; 52.0851, Central Contractor Registration; 52.7027, (GS7027) Place of Performance and Shipping Point. Full text of these provisions and clauses, with noted exceptions regarding local clauses, may be obtained by accessing the following internet website: http://www.acq.osd.mil/dpap/sitemap.html The offeror must be registered in the Central Contractor Registration (CCR) database prior to award. The offeror may register in CCR at http://www.ccr.gov. All parties interested in doing business with Army Contracting Command - Aberdeen Proving Ground (Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance) (ACC - APG (C4ISR)) is invited to access the Army Single Face to Industry (ASFI) at https://acquisition.army.mil/asfi/ASFI_FAQ.cfm. Upon accessing this web page, look for the tab titled "ASFI for Industry". Under the "ASFI for Industry" tab you will be able to: check for business opportunities by clicking on the Contract Opportunities Search link, receive notifications by clicking on the Vendor Notification Service link. Vendor cannot submit responses via the Vendor Bid History. Vendors can only view "high level" information regarding the response. No registration is needed for the Vendor to browse for business opportunities. For the Vendor to receive notifications he merely needs to provide company Commercial and Government Entity (CAGE) Code and E-Mail address. To submit a response the Vendor must provide the CAGE Code and Marketing Partner Identification Number (MPIN). Your company must be registered and current in the Central Contractor Register (CCR) in order to submit bids/proposals on ASFI. Please be advised that hard copies of the solicitation will not be made available. You must download solicitation documents from the ASFI. Instructions on how to use ASFI to include; receiving notification, submitting and uploading bids or proposals, formatting and system requirements are provided at https://acquisition.army.mil/asfi/ASFI_FAQ.cfm. For Technical ASFI assistance please e-mail help desk at ASFI@conus.army.mil. This announcement has been posted to ASFI under Solicitation No. W15P7T-11-R-H437. The offeror shall submit their proposal via ASFI by close of business (COB) 05:00 PM - EDST-U.S. on Thursday, June 16, 2011. The Points of Contact for this action are contract specialist William Nuamah (443) 861-4653 or William.Nuamah@us.army.mil; and contracting officer Richard M. Newberg, (443) 861-4669, or richard.m.newberg@us.army.mil. THE STATEMENT "IMAGE INTENSIFIER TUBES ARE NOT OF RUSSIAN ORIGIN" IS HEREBY DELETED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f388dc211c99bd6a12289523ebb76497)
 
Place of Performance
Address: ACC-APG (C4ISR) HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN02470917-W 20110615/110613234231-f388dc211c99bd6a12289523ebb76497 (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.