SOLICITATION NOTICE
42 -- FLIR Systems IndtiFINDER R300 restricted version
- Notice Date
- 9/5/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N0060417Q4083
- Response Due
- 9/11/2017
- Archive Date
- 10/31/2017
- Point of Contact
- Jeffrey Geringer 808-473-7960
- E-Mail Address
-
jeffrey.geringer@navy.mil
(jeffrey.geringer@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR Parts 12 and 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N00604-17-Q-4083. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95 and DFARS Publication Notice 20161222. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 334519 and the Small Business Standard is 500 employees. The proposed contract action is for a brand name only. The brand name and model number of the product is: FLIR Systems, Inc. IdentiFINDER R300 restricted version and on-site new equipment training. In accordance with FAR 5.102(a)(6), the required justification or documentation is attached. The Small Business Office concurs with the unrestricted decision. NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing: CLIN 0001, 3 each, FLIR Systems, Inc. IdentiFINDER R300 Restricted Version CLIN 0002, 1 group, On-Site new equipment training for CLIN 0001, must be authorized by manufacturer Delivery is 60 days after receipt of order; Delivery Location is Federal Fire Department HQ, 650 Center Drive, Bldg 284, Honolulu, HI 96818. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Award of a Firm Fixed Price purchase order is anticipated. The basis for award will be Lowest Price Technically Acceptable (LPTA) and responsibility determination. The following FAR provision and clauses are applicable to this procurement: 52.203-18 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements--Representation 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreeements or Statements 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.209-11Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law 52.212-1 Instructions to Offerors--Commercial Items 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (JAN 2017) Alternate I 52.212-4 Contract Terms And Conditions-- Commercial Items 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor--Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer ”System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.247-34 F.O.B. Destination 52.252-1Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American Act and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea The following attachments are applicable: Attachment 1: FAR 52.209-11 Provision Attachment 2: FAR 52.212-3, with Alt 1 Provision Attachment 3: Brand Name Justification Quoters are to include Attachment 1 FAR 52.209-11, and Attachment 2 FAR 52.212-3 Alt 1 (if there are any changes) with their quote. **Failure to include these attachments as instructed may result in your offer being deemed unresponsive.** This announcement will close at 10:00 AM Hawaii Standard Time on 11 September, 2017. Contact Jeffrey Geringer who can be reached at 808-473-7960 or email Jeffrey.geringer@navy.mil. Oral communications are not acceptable in response to this notice. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060417Q4083/listing.html)
- Place of Performance
- Address: Federal Fire Department HQ, 650 Center Drive, Bldg 284, Honolulu, HI
- Zip Code: 96818
- Zip Code: 96818
- Record
- SN04660768-W 20170907/170905231253-19b880b979e382a15b160e9d353b7f6b (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 |