Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2011 FBO #3571
SOLICITATION NOTICE

58 -- Night Vision Monocular PVS-14

Notice Date
9/2/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-MD, 7701 N. Stemmons, Dallas, Texas, 75247, United States
 
ZIP Code
75247
 
Solicitation Number
192111VHQ6TEC0163
 
Archive Date
9/22/2011
 
Point of Contact
Sarah J. Chapman, Phone: 2149055458
 
E-Mail Address
Sarah.Chapman@dhs.gov
(Sarah.Chapman@dhs.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This requirement is a Service Disabled Veteran Owned Small Business set-asid e and only qualified offerors may submit quotations. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is 192111VHQ6TEC0163. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 333314 with a small business size standard of 500.00 employees. This requirement is a Service Disabled Veteran Owned Small Business set-aside and only qualified offerors may submit quotations. FOB Destination shall be Lorton, VA 20598. Quotations shall be submitted no later than Wednesday, September 7, 2011 by 12:00 noon Central time. Email quotations to Sarah.Chapman@dhs.gov. No email shall be greater than 4MB in size. NO PHONE CALLS WILL BE ACCEPTED. The DHS Immigration and Customs Enforcement require OEM Manufactured PVS-14 Gen 3 auto-gated monocular kits or Equivalent items. If Equivalent items are quoted, the following salient characteristics must be met: PVS-14 Gen 3 auto-gated monocular kit Newly manufactured US intensifier tube Minimum LP (line pair) 64lp to 72lp Minimum SNR (signal to noise ratio) 23 or higher. Maximum EBI (Equivalent Background Illumination) 2.5 or lower Soft case, strap, neck cord, eyecup, lens cap Headmount, transfer arm, battery, manual. Shipping to Lorton, VA 20598 Quantity: 40 New Equipment ONLY ; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Offer MUST be good for 30 calendar days after submission. Brand Name or Equal : The Buyer is allowing Sellers to submit offers for alternate items, provided those items meet all of the salient physical, functional, or performance characteristics specified by this solicitation. Sellers MUST enter exactly what they are offering (including make, model and description) into the blank description field in order for the offer to be considered. The Buyer will evaluate 'equal' items on the basis of information furnished by the Seller or identified in the offer and reasonably available to the Buyer. The Buyer is not responsible for locating or obtaining any information not identified in the Offer. Buyer intends to issue award using a purchase order or delivery order. Offers from Sellers unable to accept purchase orders or delivery orders will not be considered for award. Offer must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.) Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: 52.204-7; Central Contractor Registration (Apr 2008); FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.209-6, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33; and 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act (Jun 2009). The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's above listed specs. ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible but not later than Tuesday, September 6 at 12:00 noon Central Time to enable the Buyer to respond. Questions must be submitted by email only to Sarah.Chapman@dhs.gov. Questions not received within the stated time frame will not be considered. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. Unless otherwise noted. No partial shipments are permitted unless specifically authorized at the time of award. For all buys other than Exact Match Sellers MUST document what they are offering for evaluation for award. Sellers must include, extended specs and/or manufacturer name and part numbers (if applicable). This information is REQUIRED in order for a sellers offer to be deemed 'responsive' and to be considered for award. FAR 52.211-6.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-MD/192111VHQ6TEC0163/listing.html)
 
Place of Performance
Address: Lorton, Virginia, 20598, United States
Zip Code: 20598
 
Record
SN02561992-W 20110904/110902235915-b427f2657dd02e774e5f35facc32c324 (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.