SOLICITATION NOTICE
58 -- Portable, lightweight thermal imaging device.
- Notice Date
- 6/15/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- IMR - GRCA - Grand Canyon National Park 1824 S. Thompson Street #200 Flagstaff AZ 86001
- ZIP Code
- 86001
- Solicitation Number
- E11PX10032
- Response Due
- 6/24/2011
- Archive Date
- 6/14/2012
- Point of Contact
- Fredericka M. Steele Contract Specialist 9286387436 freddi_Steele@nps.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- 1) GENERAL INFORMATION: This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. This solicitation is issued as Request for Quote #E11PX10032. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format stated in the Federal Acquisition Regulations (FAR) Subpart 12.6 and supplemented with additional information. The National Park Service (NPS) contemplates award of a firm fixed price contract, as a result of this combined synopsis/solicitation, to the offeror providing the best value to the Government. NAICS code: 333314; small business size standard: 500 employees. The proposed contract is set-aside for small business concerns. The anticipated award date is approximately July 8, 2011. Most questions regarding this requirement can be answered by carefully reviewing this solicitation. Should this not be the case, please email questions to GRCA_Contracting@nps.gov, Attn: Freddi Steele, E11PX10032 Thermal Imaging Device. 2) REQUIREMENT The National Park Service, Organ Pipe Cactus National Monument (ORPI), has a requirement for one (1) hand-held, portable, lightweight, thermal imaging device to be used in harsh operating conditions (desert environment), 3) SPECIFICATIONS ORPI's requirement is for Elbit Systems of America brand, model Coral-CR or equal. These specifications are: Tripod/Handheld Thermal Imager (Binocular Style)-Integrated GPS (Degrees, Minutes)(Datum: NAD83/WGS84) (Range to Target)-Integrated IR Laser Rangefinder-Integrated Digital Magnetic Compass-Integrated Day Camera"Minimum 4 x Digital Zoom"2 Fields of View (Wide and Far)"Color-Video Out (Capable of Interfacing with Sony Portable Viewscreen/Recorder)-Warranty-Date/Time Stamp-Internally Cooled 2 x Extender/Telescope Range (Man Sized Target Including Extender)-Detection:8 km-Recognition:2.5 km-Identification: 2 km 4) EVALUATION FACTORS 1.Technical capability of the item offered to meet the Government requirement, to also including delivery timeframe. 2.Past Performance: identify past or current contracts (including Federal, State, and local government and private) for efforts similar to the Government requirement, including contract numbers, points of contact with telephone numbers and other relevant information. If applicable, provide information on problems encountered on the identified contracts and the offeror's corrective actions. Evaluation of offerors with no relevant performance history will not be evaluated favorably or unfavorably. 3.Price. Award will be made on the proposal that is the lowest priced technically acceptable (LPTA). A technical evaluation includes examination of product literature, technical features, and warranty provisions. Offerors should provide a brochure or a link to their product(s) for review. 5) CLAUSES AND PROVISIONS: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. Provisions and clauses noted below may be accessed at http://acquisition.gov/far/index.html. Clause 52.204.07 Central Contractors RegistrationCompanies providing proposals must have a Data Universal Numbering System (DUNS) number (9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities), and must be registered in the Central Contractor Registration (CCR) database. The CCR is the primary Government repository for Contractor information required for the conduct of business with the Government. A company that is not registered in the CCR may not be considered for award. Conversely having a DUNS number and CCR record does not guarantee award to a company. The CCR database is available online at www.bpn.gov, and there is no charge to register. Provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Paragraph "a" of the provision is hereby replaced with the following: -- "Award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for non-price evaluation factors (Lowest Price Technically Acceptable or LPTA). PRICE: The NPS shall analyze prices to verify they are fair and reasonable per the requirements of Federal Acquisition Regulations, Subpart 13.106-3. --The non-price evaluation factors and their associated acceptability standards are: Past performance. Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. Standard of Acceptability: The offeror must receive at least a satisfactory past performance rating by the NPS. The NPS will evaluate past performance based on, the Government's knowledge of offeror's past performance, and / or references obtained from any other source. Provision 52.212-3, Offeror Representations and Certifications-Commercial Items: the apparent successful offeror shall complete and submit the provision [proposal] to the Contracting Officer. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses, as cited in clause 52.212-5 are incorporated into this solicitation and subsequent contract: 52.233-3, 52.233-4, 52.203-6, 52.219-4, 52.219-8, 52.219-9, 52.219-16, 52.219-25, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.223-9, 52.225-1, 52.225-13, and 52.232-33. Clause 52.217-7, Option for Increased Quantity-Separately Priced Line Item. The Government may require the delivery of the numbered line item(s), identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor at any time prior to the expiration of the term of the contract. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. 6) HOW TO SUBMIT A PROPOSAL Interested parties may submit a proposal using the format below or by completing an SF-18 Request for Quote, available at no charge at www.gsa.gov. All proposals must have the following information: Solicitation: E11PX10032 Thermal Imaging Device (1) for Organ Pipe Cactus National Monument Proposals Due: Friday, June 24, 2011, 4:00 pm Mountain Standard Time Submit to: E-mail: GRCA_Contracting@nps.gov, Attn: Freddi Steele, E11PX10032; via mail (address below) or Fax: 928-637-7005, Attn: Freddi Steele, E11PX10032. National Park Service1824 S. Thompson St., Suite 200Flagstaff, AZ 86001Attn: Freddi Steele, E11PX10032 Thermal Imaging Device Proposals and any supportive documentation must be received no later than the closing date and time of this announcement. PROPOSALS SUBMITTED THROUGH EC-IDEAS WILL NOT BE ACCEPTED. PROPOSAL FORMAT DATE:_______________________________________________________________________________; CONTRACTOR:________________________________________________________________________; ADDRESS (Street, City, State, Zip code):____________________________________________________________________________; DUNS Number:_________________________________________________________________________; Company Contact Name:_________________________________________________________________; Phone:_______________________________________________________________________________; Fax: ________________________________________________________________________________; E-mail:_______________________________________________________________________________; References for Past Performance. All offerors are required to provide a minimum of two (2) references that can be contacted to validate past performance. References must include company or agency name, current contact and that person's office/business phone number. 1st Reference: __________________________________________________________________________; 2nd Reference: _________________________________________________________________________; Proposal Line Items: Line Item #1: Thermal Imaging Device per solicitation specifications $________. Line Item #2: Shipping $_______. Line Item #3: Applicable taxes $_______. Total of Proposal (Line items 1-3): $__________. Delivery after receipt of order (ARO): _____________ days ARO. General Line Item Notes: 1. Offerors shall submit a price for all line items; failure to do so may render the quote unacceptable. 2. Offerors shall submit product literature as specified; failure to do so may render the proposal unacceptable. 3. The Government reserves the right to award on an "all or none basis". 4. The Government reserves the right to exercise any or all of the options, at the prices stated in the schedule, at any time prior to the expiration of the term of the contract. 5. Except when it is determined by the Contracting Officer not to be in the Government's best interest, the Government will evaluate offers for award purposes by calculating the total price for all proposal line items. Evaluation of options will not obligate the Government to exercise any of the options. END OF SOLICITATION
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/E11PX10032/listing.html)
- Place of Performance
- Address: Organ Pipe Cactus National Monument, Pima County, Arizona
- Zip Code: 85321
- Zip Code: 85321
- Record
- SN02473685-W 20110617/110615235005-4bdd496df4d72a86ed5f1aad9ad86283 (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 |