SOLICITATION NOTICE
67 -- GEM III NIGHT VISION KIT - Justification
- Notice Date
- 8/20/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement CA, 23755 Z Street, Riverside, California, 92518-2031, United States
- ZIP Code
- 92518-2031
- Solicitation Number
- HQ002821686620
- Archive Date
- 9/19/2012
- Point of Contact
- Susan M. Madrid, Phone: 951-413-2371, Jessie Feliciano, Phone: 951-413-2406
- E-Mail Address
-
susan.madrid@dma.mil, jessie.feliciano@dma.mil
(susan.madrid@dma.mil, jessie.feliciano@dma.mil)
- Small Business Set-Aside
- N/A
- Description
- Sole Source Justification This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The Government anticipates awarding a sole source contract for the item below to OFUS Corp. DBA Integrity Data, Inc. (IDI) 5295 Galley Road, Colorado Springs, CO 80915. This night vision kit is compatible with the dual hybrid camera that supports interchangeable lens options in a compact form factor to collect video and still imagery in low light conditions. The GEM III must be 100% compatible with the Canon 5D MK III camera. This system is in support of the Defense Media Activity (DMA) Japan. IDI is the only authorized dealer with a letter of supply from Canon for the DOD. See attached justification and approval. a. Solicitation Number HQ002821686620 is being issued as a Request for Quotation (RFQ) and incorporates the following with the word "quoter" substituted for "offeror". b. Provisions and clauses are those in effect through both Federal Acquisition Circular 2005-60, effective 26 July 2012 and DFARS Change Notice 20120724. c. NAICS Code: 334111, small business size standard of 1000 employees. d. Description: CLIN 0001 Nomenclature: Night Vision Kit Quantity: 10 Each Mfr: OFUS Corp., DBA Integrity Data Inc. P/N: GEM III Description: C/O: NIGHT VISION CRADLE F/U/W CANON EOS DIGITAL CAMERA AND LENSES, NVM-001 MINIMONOCULAR NIGHT VISION MONOCULAR, NIGHT VISION INTENSIFIER TUBE, NECK STRAP, SACRIFICIAL LENS AND DEMISTING SHIELD, INSTRUCTION MANUAL FOR MINI-MONOCULAR NVM OCULAR LENSES TO FIT THE MINI-MONOCULAR, OBJECTIVE LENS TO FIT THE MINI-MONOCULAR. e. FOB Delivery and acceptance will be made at: 1675B NELSON ST. FORT DETRICK, MD 21702-5002 f. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (FEB 2012) applies to this acquisition. Para (k) requires current registration in CCR at http://www.ccr.gov. NOTE: PLEASE PROVIDE QUOTES USING VENDOR QUOTE FORMAT. g. FAR Provision 52.212-2 (Evaluation of Commercial Items)(JAN 1999): Award will be made to the offeror who is deemed responsible in accordance with the Federal Acquisition Regulation (FAR) and whose offer is most advantageous to the Government. Evaluation of offers will be made in accordance with FAR Part 12.602, Streamlined Evaluation of Offers, using the following three (3) factors: (1) Technical Capability: Meets Brand Name specifications in accordance with "Description" paragraph (d) above. (2) Price: No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices. (3) Past Performance: Will be evaluated as Acceptable or Unacceptable based on past performance information obtained from any other sources available to the Government, to include, but not limited to, the Past Performance Information Retrieval System (PPIRS). In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. Past Performance Evaluation Ratings Rating Description Acceptable Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. Unacceptable Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Technical and past performance, when combined, are approximately equal to cost or price. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. h. Quotations must include a completed copy of FAR Provision 52.212-3 (Offeror Representations and Certifications - Commercial Items) (APR 2012). Electronic ORCA is located at http://orca.bpn.gov. i. This order will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil. FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (FEB 2012) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items) (JUL 2012)(Deviation) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (JAN 2011) FAR 52.232-33 (Payment by Electronic Funds-Central Contractor Registration) (OCT 2003) DFARS 252.204-7004, Alt A (Required Central Contractor Registration (CCR) (SEP 2007) DFARS 252.232-7003 (Electronic Submission of Payment Request) (JUN 2012) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) Applicable FAR and DFARS clauses required by regulations, in addition to Local DMC clauses, 52.0100-4028 (Contract Contact Information) (DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006) will be included. j. The DPAS rating is: A70 k. Quotations are due by 2:00PM Pacific Standard Time (PST) on 4 Sep 2012 in order to be considered. Send proposal responses to Susan Madrid @ susan.madrid@dma.mil or via fax to (951) 413-2432; submission via e-mail is the preferred method. Assistance or questions about this announcement may be telephonically addressed at (951) 413-2371. PLEASE NOTE: Due to technical issues email and fax may not result in your quotation arriving before the cut-off time so please allow extra time if you're sending your quote via electronic means.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f5bda02ec780f22be02199072af6a339)
- Place of Performance
- Address: 1675B NELSON ST., FORT DETRICK, Maryland, 21702, United States
- Zip Code: 21702
- Record
- SN02846295-W 20120822/120820235137-f5bda02ec780f22be02199072af6a339 (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 |