SOLICITATION NOTICE
58 -- FLIR Infrared Cameras (Brand Name)
- Notice Date
- 9/13/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- MICC - Fort Leonard Wood, Directorate of Contracting, P.O. Box 140, Fort Leonard Wood, MO 65473-0140
- ZIP Code
- 65473-0140
- Solicitation Number
- W911S7-12-T-0131
- Response Due
- 9/21/2012
- Archive Date
- 11/20/2012
- Point of Contact
- Lisa Bergstrom, 573-596-6713
- E-Mail Address
-
MICC - Fort Leonard Wood
(lisa.bergstrom2@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested for the required items and no written solicitation will be issued. Solicitation number W911S7-12-T-0131 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61 effective 13 Sep 2012. This is a Total Small Business set-aside under NAICS 334513 with a size standard of 500 employees. Ft. Leonard Wood MO requires the following: Two (2) FLIR P640 Cameras with Equipment Package #268. This is a brand name acquisition in accordance with FAR 13.106-1(b)(1)(i). Vendors must quote the brand name, FLIR, to be considered for award. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are incorporated by reference: FAR 52.204-99 (Dev) System for Award Management Registration (Deviation); FAR 209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.222-22 Previous Contracts and Compliance Reports; FAR 52.225-18, Place of Manufacture; FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.225-7031 Secondary Boycott of Isreal; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on Contract Payments; and DFARS 252.246-7000 Material Inspection and Receiving Report. The following FAR and DFARS provisions and clauses are incorporated by full text: FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.219-1 Alt I Small Business Program Representations; FAR 52.219-28 Post-Award Small Business Program Representation; FAR 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products; FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.204-7007 Alt A, Annual Representations and Certifications; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7000, Buy American - Balance of Payments Program Certificate; DFARS 252.232-7006 Wide Area Workflow Payment Instructions; and Local Clause 5152.233-4000 AMC-Level Protest Program. Provisions and clauses may be accessed at FAR: https://www.acquisition.gov/far/ or DFARS: http://farsite.hill.af.mil/VFDFARA.HTM. Offerors are required to provide their Contractor's DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the System for Award Management (SAM) and willing to register in Wide Area Work Flow. Quotes are due no later than 2:00 pm Central Daylight Time on September 21, 2012. Quotes shall be submitted via e-mail to lisa.m.bergstrom2.civ@mail.mil or via USPS or commercial deliver service to: MICC-ICO Ft. Leonard Wood, ATTN: Lisa Bergstrom; 561 Iowa Ave., Ft. Leonard Wood MO 65473-0140. All quotes shall reference solicitation number W911S7-12-T-0131 in the subject line. The point of contact for this solicitation is Lisa Bergstrom, Contract Specialist; phone (573) 596-0131 ext. 66713 or e-mail: lisa.m.bergstrom2.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5208f7c56794e29eea3af765e829ca04)
- Place of Performance
- Address: MICC - Fort Leonard Wood Directorate of Contracting, P.O. Box 140 Fort Leonard Wood MO
- Zip Code: 65473-0140
- Zip Code: 65473-0140
- Record
- SN02881114-W 20120915/120914000511-5208f7c56794e29eea3af765e829ca04 (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 |