Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 28, 2013 FBO #4295
SOLICITATION NOTICE

99 -- MOUNT ASSEMBLY PANO GOGGLE CRYE

Notice Date
8/26/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339115 — Ophthalmic Goods Manufacturing
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
 
ZIP Code
20535
 
Solicitation Number
RFQ-222113C165
 
Archive Date
9/14/2013
 
Point of Contact
Theresa M. Powell, Phone: 703-632-1640, Crystal Finch, Phone: 703-632-3569
 
E-Mail Address
theresa.powell@ic.fbi.gov, crystal.finch@ic.fbi.gov
(theresa.powell@ic.fbi.gov, crystal.finch@ic.fbi.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quote (RFQ) number is RFQ-222113C165, and is being conducted as 100% Small Business Set-Aside, under the procedures of Part 12 and 13, test program, for the brand name products listed in the spreadsheet attachment. This solicitation is for MOUNT ASSEMBLY PANO GOGGLE/CRYE. This type of contract provides for the furnishing of an indefinite quantity, within the stated limits from the date of award of this contract for 12 months with four, one-year option periods. Each option period begins on the anniversary date of the contract award. During the life of the contract the FBI shall order the guaranteed minimum quantity 30 MOUNT ASSEMBLY PANO GOGGLE/CRYE. The offeror shall furnish the stated minimum, and as ordered, any additional quantity of MOUNT ASSEMBLY PANO GOGGLE/CRYE which may not exceed a maximum of 150 each. The Government shall not be required to purchase from the successful offeror(s) any additional quantities after the initial guaranteed minimum. Obligation of funds and specific quantities will be ordered through individual delivery orders. The North American Industrial Classification System (NAICS) number is 339115 and the size standard is 500 employees. The RFQ incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-68. The Federal Bureau of Investigation intends to award a Firm-Fixed price type contract for the items listed in the attached spreadsheet. Items called for by this RFQ have been identified by a "brand name" description and shall be quoted as such. The specifications for the MOUNT ASSEMBLY PANO GOGGLE/CRYE are: • Dual NVG Release Buttons allow the NVG to be quickly detached from the mount • Each mechanical adjustment and control is ergonomically positioned and durable • Maintains a very low profile stance on the helmet • 36 Hour continuous operation on one (1) CR123 Battery (3 Volt) • Vertical Height Adjustment.09" Total Travel • Fore/Aft Travel 1.6° Total Travel • The Wilcox Detent Assembly allows the goggle to remain attached to the NVG Mount during operational stress conditions such as when running or jumping • Dimensions (operational) 3.00" L x 2.60" W x 1.55" H • Weight is only.32 lb. (4.99 oz.) • Material Construction: Light Weight, Aerospace Grade Metal • Accommodates AN/PVS-23, F4949, F5050 • Accommodates optional Wilcox Power Supply Connector Module for use with currently fielded ANVIS Battery Packs The provision at FAR Clause 52.212-1 - "Instructions to Offerors" (FEB 2012) and addendum is incorporated. ADDENDUM to 52.212-1, modify (b) Submission to offers: Submit signed and dated offers to the attention of Ms. Theresa M. Powell, Contracting Officer, at via email at Theresa.Powell@ic.fbi.gov. modify (b) (10). The contractor shall provide the FBI with three (3) point-of-contacts from previous contracts, either Government or Commercial, for the purpose of evaluating Past Performance. All quotes are due by 3:30pm EDT, Friday, August 30, 2013. Delivery of items shall be 45 days after-receipt-of-order. The delivery shall be FOB Destination to Quantico, VA." Incorporated by reference are the FAR Clauses 52.212-4 - "Contract Terms and Conditions" (JUN 2013) and 52.212-5 - "Contract Terms and Conditions Required to Implement Statutes and Executive Orders" (JAN 2013) Subsection (a), (b), 1, 16-20, (d), and (e). Clause 52.212-4 - "Commercial Items" (JUN 2013); 52.216-2 - "Economic Price Adjustment - Standard Supplies" (JAN 1997); 52.216-18 - "Ordering" (OCT 1995); 52.233-2 - "Service of Protest" (SEP 2006). The Department of Justice (DOJ) Justice Acquisition Regulation Clauses 2852.233-70 - "Protests Filed Directly with the Department of Justice" (APR 1998) and 2852.201-70 - "Contracting Officer's Technical Representative (COTR)" (APR 1998). The FBI's ombudsman for this solicitation is Ms. Janice J. Lambert, Federal Bureau of Investigation, 935 Pennsylvania Avenue, NW, Washington, DC 20535-0001. Mr. Paul Courtney, Head of the Contracting Activity, Federal Bureau of Investigation, 935 Pennsylvania Avenue, NW, Washington, DC 20535-0001, shall serve as the FBI's contact in accordance with 52.233-3 - "Protest After Award" (AUG 1996). 52.252-5 - "Authorized Deviations in Clauses" (APR 1984), is incorporated by reference and applies to FAR Section 9.104-1, and Clause 52.212-3 - "Offeror Representations and Certifications" (DEC 2012) apply. Each offer shall include a completed copy of 52.212-3 - "Evaluation - Commercial Items" (JAN 1999) with their quote. ADDENDUM to Clause FAR Clause 52.212-2 - "Evaluation - Commercial Items" (JAN 1999) is incorporated by reference and applies to this acquisition. ADDENDUM 52.212-2 (a) - Award will be based on price of item offered to meet the Government requirement. Technical and past performance, when combined, are significantly more important that the cost/price. Past performance will be based on telephonic performance evaluations received from previous contacts provided in the quote. Any vendor not having government or commercial experience will be rated as "Neutral." Offerors must acquaint themselves with the regulations concerning Commercial Item acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications (located on the Internet) are executed and returned as required in this synopsis/solicitation. Website: (FAR) http://www.acquisition.gov/far/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/RFQ-222113C165/listing.html)
 
Place of Performance
Address: FBI Academy, HRT Building, Quantico, Virginia, 22135, United States
Zip Code: 22135
 
Record
SN03162026-W 20130828/130826235028-333382ad443fdfb86b2f042234adfe1d (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.