The RFP Database
New business relationships start here

FLIR Camera and FLIR Lens


Virginia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The Aviation Development Directorate-Aviation Applied Technology Directorate Contracting Division, Army Contracting Command intends to award a firm-fixed-price contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94. This acquisition will be brand name only, no equals, as cited in FAR 13.106-1(b)(1), Soliciting from a Single Source. The intended source is FLIR Commercial Systems Inc., 9 Townsend W, Nashua, NH 03063. The solicitation number is W911W6-17-T-0003 and is issued as a request for quotations. The proposed contract action, a commercial item purchase in accordance with FAR Part 13, Simplified Acquisition Procedures, is for procurement of one (1) FLIR A6701sc Camera, InSb (3.0 - 5.0µm), 640x512, f/2.5, GigE, 60Hz, w/ResearchIR Max, part number 29350-201, and one (1) FLIR Camera Lens, 13mm, 3.0 - 5.0µm, f/2.5 low distortion lens, part number 4138205. An Item Unique Identification (IUID) marking is required to be affixed to the camera. Delivery time, shipping charges, and warranty terms shall be included in the quote. Delivery, Inspection, Acceptance and F.O.B. Point are at Destination, Building N248, Room 116, Moffett field, CA 94035. Offerors shall ensure safe delivery to destination. Early delivery is acceptable and preferred. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition without addenda. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications--Commercial Items Alternate I, with their offer. Provisions incorporated by reference include FAR 52.204-7, System for Award Management; FAR 52.219-1, Small Business Program Representations; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; 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 225.203-7994, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements--Representation; and DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate. Clauses incorporated by reference include FAR 52.204-13, System for Award Management Maintenance; FAR 52.204-19, Incorporation by Reference of Representations and Certifications; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.247-34, F.O.B. Destination; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 225.203-7995, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements; DFARS 252.204-0001, Line Item Specific--Single Funding; DFARS 252.204-7003, Control of Government Work Product; DFARS 252.204-7004 Alt A, System for Award Management; DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation 2016-O0001); DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.225-7048, Export Controlled Items; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area Workflow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; and DFARS 252.246-7000, Material Inspection and Receiving Report. The following clauses cited within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 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, Affirmative Action 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; 52.233-3, Protest After Award; and 52.233-4, Applicable Law for Breach of Contract Claim. The full text of the clauses and provisions may be accessed electronically at http://farsite.hill.af.mil. Pursuant to FAR 52.212-2, Evaluation--Commercial items, quotes will be evaluated based on low price. The applicable North American Industry Classification Standard (NAICS) code is 333314. The small business size standard is 500. Interested sources, to include any authorized distributors, may identify interest and capability to respond to the requirement or submit quotes. The Government will review and consider all quotes received meeting the specifications of cited part numbers, within the closing date set forth in this notice. The Government retains the sole discretion on whether or not to conduct this requirement competitively based upon information received in response to this notice. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive requirement. Companies shall reference W911W6-17-T-0003 in all correspondence with the Government. Specifications, plans, or drawings relating to this procurement described are not available and cannot be furnished by the Government. The successful offeror must submit their invoices through the Wide Area WorkFlow website http://wawf.eb.mil. Also, all prospective offerors must be actively registered in the System for Award Management (SAM) website www.sam.gov, with their FAR and DFARS Report Representations and Certifications completed prior to award. Quotes are due not later than 20 January 2017, 2:00 p.m. Eastern Standard Time. Submit inquiries regarding this procurement to Beth Chapman by email at beth.k.chapman.civ@mail.mil (757-878-4827).

Beth K Chapman, Procurment Technician, Phone 7578784827, Fax 7578780008, Email beth.k.chapman.civ@mail.mil - Beth K Chapman, Procurement Technician, Phone 7578784827, Fax 7578780008, Email beth.k.chapman.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP