SOLICITATION NOTICE
58 -- Monochrome Cameras
- Notice Date
- 11/1/2024 2:58:28 PM
- Notice Type
- Solicitation
- NAICS
- 423410
— Photographic Equipment and Supplies Merchant Wholesalers
- Contracting Office
- NAVAL RESEARCH LABORATORY WASHINGTON DC 20375-5328 USA
- ZIP Code
- 20375-5328
- Solicitation Number
- N0017325Q-130117559
- Response Due
- 11/7/2024 4:00:00 AM
- Archive Date
- 11/07/2024
- Point of Contact
- Teigh Cheyney, Phone: 2028750000
- E-Mail Address
-
tahesha.cheyney@nrl.navy.mil
(tahesha.cheyney@nrl.navy.mil)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- This is a total Service-Disabled Veteran-Owned Small Business�set aside procurement in accordance with FAR 13- 13.003(b) (1)�on a Firm Fixed-Price (FFP) basis. Award shall be made to the company whose quotation�offers the lowest-priced, technically acceptable solution (LPTA). The associated North American Industrial Classification System (NAICS) code for this�procurement is 423410, with a small business size standard of 500.��The associated Federal Supply Code (FSC) / Product Service Code (PSC) procurement is 5836. The Naval Research Laboratory (NRL), located in Washington, DC, is seeking to purchase�Monochrome Cameras. All interested companies shall provide quotations for the following: Products 632.8nm Fiber-Coupled Frequency Stabilized Laser Diode - Stock No. #33-046� � � � � �1 EACH� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � BFS-U3-23S3M-C USB 3.1 Blackfly� S, Monochrome Camera - Stock No. #12-747� �4 EACH� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � BFS-U3-28S5M-C USB 3.1 Blackfly� S, Monochrome Camera - Stock No. #13-924� ��4 EACH� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � BFS-U3-70S7M-C USB 3.1 Blackfly� S, Monochrome Camera - Stock No. #13-926� �2 EACH� � � � ��� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � BFS-U3-04S2M-C, USB 3.1 Blackfly� S, Monochrome Camera - Stock No. #22-086��4 EACH� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � BFS-U3-16S7C-C, USB 3.1 Blackfly� S, Color Camera - Stock No. #22-087� � � � � � � �2 EACH�� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � BFS-U3-161S7M-C USB 3.1 Blackfly�, Monochrome Camera - Stock No. #26-120� � �2EACH��� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � BFS-U3-200S7M-C USB 3.1 Blackfly�, Monochrome Camera - Stock No. #26-122� ��4 EACH � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Supplies: Brand Name or Equal. Items must be brand name or equal in accordance with FAR�52.211-6. This procurement is for new equipment ONLY, unless otherwise specifically stated. No�remanufactured or ""gray market"" items are acceptable. All equipment must be covered by the�manufacturer's warranty. � Vendor shall be an Original Equipment Manufacturer (OEM), an OEM authorized dealer, an�authorized distributor, or an authorized reseller for the proposed equipment/system such that OEM�warranty and service are provided and maintained by the OEM. All software licensing, warranty,�and service associated with the equipment/system shall be in accordance with the OEM terms and�conditions. Lowest Price Technically Acceptable � Factor 1 � Price. Quotes will be evaluated to determine if the price is fair, and reasonable in�accordance with FAR 12.209 (Commercial Item Determination of Price Reasonableness) and in�conjunction with FAR 13.106-3 (Simplified Acquisition Procedures Award and Documentation).��Quotations shall include a price for each Contract Line Item Number (CLIN). Factor 2 � Technical. The Government will evaluate the vendors (the quote) capabilities to provide�supplies/services in accordance with (IAW) the Solicitation. Offers will be ranked lowest to highest according to price. A price analysis will be conducted to�determine whether the lowest price will result from a single award or multiple awards. Based on�the price analysis, the lowest price offer or multiple offers, will be forwarded to the requiring�activity for technical evaluation. Offer(s), in accordance with the specifications, will be deemed�either technically acceptable or technically unacceptable. If the lowest price offer or offers is found�technically acceptable and the pricing determined fair and reasonable by the Contracting Officer,�evaluation will be deemed complete and award will be made based on the lowest price offer(s). Table A-1. Technical Acceptable/Unacceptable Ratings: Rating� � � � � � � � � � � � �� Acceptable - Quote meets all the minimum requirements/specifications as stated�or provided in the RFQ specifications.� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Unacceptable - Quote does not clearly meet the minimum�requirements/specifications as stated or provided in the RFQ specifications. Options.� When applicable, the Government will evaluate offers for award purposes by adding the�total price for all options to the total price for the basic requirement. The Government may�determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation�of options shall not obligate the Government to exercise the option(s). SAM Registration. Award may be made without discussions or negotiations; therefore,�prospective contractors should have an active registration in the System for Award Management�(SAM) database (www.sam.gov) in accordance with Federal Acquisition Regulation (FAR) Part�4.1102 and Part 52.204-7 when submitting a quote. The Technical and Price Quotation shall be submitted via email to: GOVERNMENT POINT OF CONTACT Purchasing Agent Name: Teigh Cheyney� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Email: tahesha.c.cheyney.civ@us.navy.mil QUESTIONS CONCERNING THE RFQ: All questions concerning this RFQ are due via email�to the Purchasing Agent�s email address above No Later Than (NLT) 11/06/2024 by 11:00am�EST business days after the sending of this Request for Quotation (RFQ) to ensure timely award.��The Government may, in its sole discretion, choose not to respond to questions received after the�deadline. *****NO CALLS WILL BE ACCEPTED***** ALL BIDS /QUOTES MUST BE ON A COMPANY LETTERHEAD AND ARE DUE:� �� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � No Later Than (NLT) 11/07/2024�by 07:00am EST QUOTATION CONTENTS: The contractor may provide a quotation as long as it meets the Government�s minimum solicited�technical standards of this Request for Quotations.� All Quotations shall comply with or clearly state, at a minimum, the following information ON A COMPANY LETTERHEAD: (1) Open Market or GSA Federal Supply Schedule (FSS) pricing. Quotations should state �open�market� or should reference the applicable GSA/FSS number. (2) Expiration date of quoted and submitted prices. (3) Contractor�s Federal Tax I.D., CAGE code, and DUNS number. (4) Payment Terms will be Net 30 unless stated differently on the quote. (5) If available, please include your company�s published price list. (6) Include estimated shipping and handling if applicable. Delivery Address: U.S. Naval Research Laboratory� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 4555 Overlook Ave., SW.� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Washington, DC 20375
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c7d12777c1b9446ab8bf8eeb17d9b6b7/view)
- Place of Performance
- Address: Washington, DC 20375, USA
- Zip Code: 20375
- Country: USA
- Zip Code: 20375
- Record
- SN07255263-F 20241103/241101230104 (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 |