Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 18, 2022 SAM #7597
SOLICITATION NOTICE

66 -- RANGEFINDER BINOCULARS

Notice Date
9/16/2022 1:00:42 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
FA8051 772 ESS PKD TYNDALL AFB FL 32403-5322 USA
 
ZIP Code
32403-5322
 
Solicitation Number
FA805122Q0011
 
Response Due
9/21/2022 3:00:00 PM
 
Archive Date
10/06/2022
 
Point of Contact
James E. Scott
 
E-Mail Address
james.scott.53@us.af.mil
(james.scott.53@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
General Information � � � � � � Title: RANGEFINDER BINOCULARS ����������� Document Type: Combined Synopsis/Solicitation ����������� Solicitation Number: TBD ����������� Posted Date: 9/16/2022 ����������� Response Date: 9/21/2022[SBCUA7E1]� ����������� PSC Code: 6650 ����������� Set-Aside: 100% Total Small Business ����������� NAICS Code: 333314 Contracting Office Address Department of the Air Force, Air Force Materiel Command, Air Force Installation & Mission Support Center, Air Force Installation Contracting Center, 772 ESS/PKD 139 Barnes Avenue, Building 1120 Tyndall, AFB FL 32403 Description 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.� This announcement constitutes the only solicitation; Offers are being requested and a written solicitation (paper copy) will not be issued.� Further, Offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an Offeror for any costs. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-07 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20220826 See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a Total Small Business Set-Aside Competition.� The NAICS code is 333314 and the PSC code is 6650. The following is an addenda to 52.212-1, Instructions to Offerors � Commercial Products: (b) Electronic quotes must be received by 21 September 2022 at 12:00PM, Central Standard Time (CST). Submit to:� james.scott.53@us.af.mil �Questions regarding the solicitation, should be submitted to the email above. All submitted pages shall be single sided, typed, standard 8.5� x 11� pages.� Type shall be no smaller than size 12 font.� If page limits are exceeded, the excess pages will not be read or considered in the evaluation of the quote.� Due to Tyndall AFB email size limitations, emails containing quote submissions attachments shall not exceed five megabytes (5-MB) of data; recommend all Offerors confirm the receipt of all emailed before the response time. Multiple email submissions are recommended if the anticipated file size exceeds 5MB. Evaluation Factors Page Limit Factor I: Technical 7 pages Factor II: Price Attachment Only Reps & Certs Attachment Only (b)(4) Factor I- Technical: The proposed binoculars/range finders must include the following features: Magnification: 10x�� Objectives: 42mm Laser range: 1600-1750m Warranty: 3-year minimum Protective case Neck Strap Offer must provide information on the commercial warranty that applies to the products proposed. The contractor must also provide documentation that confirm compliance with the terms of delivery. (b)(6) Factor II Price: The offeror will be required to deliver the required products within 30 days of contract award. The unit price must include delivery costs FOB Destination to DoDAAC: FB4654. The CLIN pricing structure in the pricing table is based on a Firm-Fixed Unit Price. Offerors are required to fill in the unit price for all CLINs identified. Failure to fill in all spaces for unit and total CLIN may render the offer unacceptable and the Government may not consider the offer for award, in the absence of discussions. The Unit Price must be rounded to two decimals to avoid rounding errors. Please use the following table to list quoted prices: CLIN Item Quantity Unit Price Extended Price 0001 RANGE FINDER BINOCULAR 174 EA (b)(8) In addition to the electronic representations and certifications at Federal Acquisition Regulation (FAR) FAR 52.212-3(b) the offeror must complete the representations and certifications requiring fill-in in Attachment #1. Unique entity identifier- The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation ""Unique Entity Identifier"" followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. (b)(10) Past Performance information is NOT required. (b)(11) Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offerors that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) The period of acceptance for offers is 60 calendar days. (d) Product samples are not required for this solicitation. (e) Multiple offers. Offers MAY NOT be submitted for product quantities less than those specified. (g) Contract award. The contract will be awarded to the offeror with the lowest price and determined technically acceptable. The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the Offeror's initial offer should contain the Offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. (h) Multiple awards. The Government intends to make a single award as a result of this solicitation. The following is an addenda to 52.212-2 Evaluation-Commercial Items. The lowest price technically acceptable (LPTA) selection process will be utilized. A decision on the technical acceptability of each offeror's proposal will be made. Among those offerors who are determined to be technically acceptable, award will be made to the offeror having the lowest Total Evaluated Price (TEP) determined to be reasonable. Factor I Technical:� Technical submissions will be assigned one of the following ratings: Acceptable Proposal meets the requirements of the solicitation. Unacceptable Proposal does not meet the requirements of the solicitation. (ii) Factor II Price: TEP will be CLIN quantity multiplied by the proposed unit price. Reasonableness. The Offeror's price will be evaluated to determine whether the pricing the Government expects to pay is fair and reasonable pursuant to FAR 15.404-1(b)(2). A Determination of Responsibility will be completed by the CO for any successful offerors as required by FAR Part 9. Attachments: 1. Clauses, Provisions, Reps and Certs
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a47576a4f73940be82d439970fe3cac8/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06469040-F 20220918/220916230140 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.