SOLICITATION NOTICE
12 -- MICRO T-1 Sight 4 MOA Night Vision Compatible Picatinny Mount Included - 1TAR
- Notice Date
- 9/17/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- U.S. DEPT OF STATE / D.S. TRAINING CENTER, Dunn Loring, VA 22027
- ZIP Code
- 22027
- Solicitation Number
- 10691G1392
- Response Due
- 9/20/2011
- Archive Date
- 3/18/2012
- Point of Contact
- Name: Vincent Sanchez, Title: Contract Specialist, Phone: 7038756629, Fax: 7038756006
- E-Mail Address
-
sanchezvj@state.gov;
- Small Business Set-Aside
- Total Small Business
- Description
- 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; bids are being requested and a written solicitation will not be issued.The solicitation number is 10691G1392 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.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 [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-09-20 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be DUNN LORING, VA 22027 The Department of State requires the following items, Exact Match Only, to the following: LI 001, Micro T-1 Sight 4 MOA Night Vision Compatible Picatinny Mount Included - 1TAR (Manufactured by Aim Point), 133, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. All supplemental bid information provided for this auction must demonstrate who your firm is to included past performance points of reference, along with literature on the product offered in accordance with this solicitation. All product literature must include at least one picture of the product offered. Any firm offering that is not the manufacturer of the required product must produce a letter demonstrating they are an official authorized reseller of the product. Any bid that is received that does not include this supplemental bid information as requested can be found not technically acceptable at the Government's discretion. Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.ccr.gov. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer?s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer?s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been ?substantially transformed? in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered ?substantially transformed? based solely on its integration into IT or other systems. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The requirement stated in this solicitation must be exact match for the following reasons:1) The stated product is the only product identified that can successfully produce a red dot sight that can hold a zero out pass 300 meters, which is the current distance at which we qualify our systems. The Aim point has been tested to maintain zero. 2) The stated product has been found to be durable and last longer than alternative products which have been found to become increasingly prone to breakage and failure quicker, especially on high rate of fire weapon systems such as the M249. 3) Cost savings in training. The Aim point rather than the alternatives has a much farther zero point, and can maintain that zero with high rates of fire, we are able to put this optic on almost every system we carry, therefore reducing the training time that we would spend when training different systems' alternative variants. 4) Cost savings battery. The Aim point has a single five year battery life. On current alternatives, we are getting about a week of constant usage out of a set of AA batteries required for each alternative. (for approximately 100 weapons, for approximately 100 agents). The aimpoint will not require a single battery change for the length of the agent?s assignment to the office. All other product lines or substitutions offered will not be given consideration on this requirement for the aforementioned reasons. Exception being for those alternatives that are offered which must provide significant testing and certifications included with the supplemental bid information to support that it can meet or exceed the performance specicifications outlined. Simple statements self-certifying statements or statements which re-state the performance requirments will not be enough to receive consideration, an offeror must provide test results along with third party validations to support the alternative offered, and that must be included with the supplemental bid information in order to be considered for this opportunity.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/10691G1392/listing.html)
- Place of Performance
- Address: DUNN LORING, VA 22027
- Zip Code: 22027
- Zip Code: 22027
- Record
- SN02581400-W 20110919/110917233601-45d7b2c00f6991dce31d3b801cfdcef5 (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 |